Sunteți pe pagina 1din 88

Name of work: “General Maintenance of Residential & Public Buildings in Phase-II area of

Kaiga Township, Mallapur and ‘A’, ‘B’, ‘C’ Type quarters and CISF Complex at Kurnipet area during
the year 2011-12”.

Tender No.: NPCIL/KAIGA/CTC/CIVIL(TS)/2011-12/PT/147


INDEX
Sl. Section Description of sections Page nos.
No.
1 Section - I Notice Inviting Tender 07 to 24
(Including Pre-qualification criteria)

2 Section - II Schedule ‘A’ & Memorandum of Tender 25 to 29

General Condition of Contract


(GCC can be referred in the office of the
3 Section - III EIC Centralised Tender Cell, KGS 1-4 or 30 to 31
on the NPCIL website)
(website www.npcil.nic.in)
Special Condition of Contract and
4 Section – IV General Information to Contractor 32 to 40
5 Section – V Technical Specification 41 to 42
6 Section – VI Drawings 43 to 44
7 Section – VII Schedule of Materials to be supplied by 45 to 47
the Corporation
Formats of various contractual
8 Section – VIII documents as applicable viz bid security, 48 to 54
Memorandum of understanding /
consortium of agreement
9 Section – IX Bill of quantities / Financial Schedule 55 to 88

1
TENDER FORMS
To,
Nuclear Power Corporation of India Ltd.,
Hereinafter referred to as the Corporation)
I/We have read and examined the following documents relating to the work of
“General Maintenance of Residential & Public Buildings in Phase-II area of Kaiga Township, Mallapur
and ‘A’, ‘B’, ‘C’ Type quarters and CISF Complex at Kurnipet area during the year 2011-12.”

a. Notice Inviting Tender (Including Pre-qualification criteria).


b. Memorandum of Tender
c. General Conditions of Contract
d. Special Conditions of Contract.
e. Technical Specifications / Data sheets.
f. Drawings.
g. Schedule of materials to be supplied by the Corporation
h. Formats of various contractual documents as applicable, viz: Bid Security, Memorandum of
Understanding / Consortium Agreement
i. Bill of Quantities / Financial Schedule

I/We hereby tender for execution of the works referred to in the aforesaid documents upon the terms
and conditions contained or referred to therein and in accordance in all respects with the specifications,
designs, drawings and other relevant details at the rates contained in Schedule of Quantities and
Rates and within the period(s) of completion as stipulated in NIT. .
In consideration of I/We being invited to tender. I/We agree to keep the tender open for acceptance
for 120 days from the due date of submission thereof and not to make any modifications in its terms
and conditions which are not acceptable to the Corporation.

A sum of 61,041/- hereby forwarded in Demand Draft payable at SBI, NPCC branch, Kaiga /
Deposit at Call Receipt of State Bank of India, NPCC Branch, Kaiga as Bid Security.
If I/We fail to keep the tender open as aforesaid or make any modifications in the terms and
conditions of the tender which are not acceptable to the Corporation, I/We agree that the
Corporation shall without prejudice to any other right or remedy, be at liberty to forfeit the said Bid
Security absolutely. Should this tender be accepted. I/We hereby agree to abide by and fulfill all the
terms, conditions and provisions of the aforesaid documents.

2
If, After the tender is accepted, I/We fail to commence the execution of the works as provided in the
conditions, I/we agree that the Corporation shall without prejudice to any other right or remedy be at
liberty forfeit the said Bid Security absolutely.

CONTRACTOR'S SIGNATURE IN THE CAPACITY OF ........

Duly authorised to sign the tender on behalf of


the (In block Capitals)......................................................................
Dated .........................................
Postal Address ................................

Telegraph Address..............................

Telephone No./Fax No.....................


Seal of the Company/Firm

Witness ................
Date....................

Address ...............

3
To,
The Engineer In Charge,
Centralized Tender Cell,
Kaiga Generating Station,
Post Kaiga, Karnataka – 581 400
Sub: Submission of tender No. NPCIL/KAIGA/CTC/CIVIL(TS)/2011-12/PT/147
Name of work: “General Maintenance of Residential & Public Buildings in Phase-II
area of Kaiga Township, Mallaopur & ‘A’, ‘B’, ‘C’ Type quarters & CISF Complex at
Kurnipet area during the year 2011-12”.

Dear Sir,
With reference to the tender of above work, I / We furnish the following details duly filled by us:
1. Name of Contractor :
2. Address (for correspondence) :

E-mail Phone No.


Mobile:

3. Nationality :
4. State of the contractor :
a) Whether sole proprietor Yes / No
b) Whether a partnership firm Yes / No
c) Whether a private Ltd. Co. Yes / No
d) Whether a public Ltd. Co. Yes / No.
5. Place of business :
6. a) Whether applicant is power of attorney holder Yes / No
b) If yes, Xerox copy enclosed Yes / No
7. Class / Details of registration (quote registration No. & its class indicating amount upto which tender
can be accepted)
Department Class Amount Limit
a) Registered with CPWD as
b) Registered with State PWD as
c) Registered with Rlys. Deptt. as
d) Registered with MES. Deptt. as
e) Registered with
4
f) I am / We are not registered / approved contractor in any Deptt.
8. Permanent A/c No. allotted by IT deptt.___________________ copy enclosed Yes / No.
9. Service Tax, Registration No. : ___________________ copy enclosed Yes / No.
10. EPF, Registration No. :___________________ copy enclosed Yes/No.
11. Sales Tax, Registration No. :________________ (Central) copy enclosed Yes/ No.
____________________ (State) copy enclosed
12. Sufficient machineries, equipments, vehicles and other tools & plant available with the our firm
Yes / No
13. Bank details : Name of Bank _________________________________________ &
Branch ______________________________________
Account No. __________________________________
RTGS / IFSC Account Code:_____________________________
14. EMD in the form of DD/FD/STDR/Bankers cheque / CDR /BG of Rs. ___________________ dtd.
________________________
15. Total nos. of enclosures: in figures ____________ in words:_________________________
I / We hereby certify that none of my / our near relative (s) are employed in NPCIL / DAE units
except the following:

Sl. Name Designation Unit /section in Relationship


No. which working

It is further certified that to the best of my/our knowledge the details furnished above are correct.

Date:
(SIGNATURE OF THE TENDERER)
WITH SEAL

5
CHECK LIST OF DOCUMENTS ENCLOSED FOR SUBMISSION OF TENDER
Sl. Description Enclosure Ref
No.
1 BID SECURITY (EMD) IN FAVOUR OF NPCIL, PAYABLE AT KAIGA
GENERATING STATION (KARNATAKA
2 SELF ATTESTED COPY OF COMPLETION CERTIFICATES AND
WORK ORDER OF EXECUTED SIMILAR WORKS IN LAST 7 YEARS
(A) COMPLETION CERTIFICATE WITH WORK ORDER FOR ONE
WORK COSTING NOT LES THAN THE AMOUNT EQUAL TO 50%
OF THE ESTIMATED COST
OR
(B) COMPLETION CERTIFICATE WITH WORK ORDER FOR
MINIMUM TOW WORKS EACH COSTING NOT LESS THAN THE
AMOUNT EQUAL TO 35% OF THE ESTIMATED COST
OR
(C) COMPLETION CERTIFICATE WITH WORK ORDER FOR
MINIMUM THREE WORKS EACH COSTING NOT LESS THAN THE
AMOUNT EQUAL TO 25% OF THE ESTIMATED COST.
(D) ON GOING WORK OF SIMILAR NATURE IN ANY
CENTRAL/STATE GOVERNMENT/UPS/AUTONOMOUS BODIES IN
WHICH THE VALUE OF WORK DONE IN THE MONTH PREVIOUS
TO WHICH NIT IS PUBLISHED SHALL NOT BE LESS THAN 60%
OF THE ESTIMATED COST PUT TO NIT. THE VALUE OF THE
COMPLETED PORTION WORK SHALL BE CERTIFIED BY THE
ENGINEER-IN-CHARGE OF THE WORK
3 AVERAGE ANNUAL FINANCIAL TURNOVER FOR ANY 03 (THREE)
YEARS YEARS ENDING 31ST MARCH OF THE PREVIOUS
FINANCIAL YEAR (2007-08, 08-09, 09-10) SHOULD BE AT LEAST
30% OF THE ESTIMATED COST.
4 PAN NO. ISSUED BY INCOME TAX DEPARTMENT
5 REGISTRATION CERTIFICATION FROM THE AUTHORIZED DEPTT.
6 REGISTRATION CERTIFICATION FROM SALES TAX DEPTT.
7 TDS CERTIFICATE ISSUED BY PRIVATE COMPANY IN FORM 16A,
IF WORK DONE FOR PRIVATE FIRM
8 SERVICE TAX REGISTRATION CERTIFICATE FROM AUTHORIZED
DEPTT.
9 LIST OF EQUIPMENTS, TOOLS, VEHICLES, PLANTS ETC.,
10 LIST OF TECHNICAL STAFF IN THE FORM
11 EPF REGISTRATION CERTIFICATE
12 LIST OF ON GOING WORK WITH BALANCE VALUE OF WORK,
REMAINING AS ON TODAY AS PER ANNEXURE
13 COMPLETE TENDER DOCUMENT INCLUDING GENERAL
CONDITION OF CONTRACT, SPECIAL CONDITIONS OF
CONTRACT, TECHNICAL SPECIFICATION ETC., HAVE BEEN READ
OUT, UNDERSTOOD, SIGNED AS PER CLAUSE NO. 24.2 & 30.1 (B)
OR DETAILED NIT AND ARE ACCEPTED
14 SELF ATTESTED ENCLOSURES WITH TENDER DOCUMENT BY
BIDDER
15 COVERING LETTER ON COMPANY LETTER HEAD INDICATING
DETAILS OF ENCLOSURES WITH TENDER DOCUMENT

(SIGNATURE OF THE TENDERER)


WITH SEAL & DATE

6
 


   

 
      

7










NUCLEAR POWER CORPORATION OF INDIA LTD.
(
A Govt. of India Enterprise)
  Kaiga Generating Station-1 - 4
    Section – Centralized Tender Cell
! " #!$% PO: Kaiga, Dist: Uttara Kannada, Karnataka 581 400
 ! "


NOTICE INVITING TENDER

TENDER NO. NPCIL/KAIGA/CTC/CIVIL(TS)/2011-12/PT/147
Sealed Tenders are invited on behalf of the Nuclear Power Corporation of India Ltd., Kaiga Generating
Station – 1-4, by Chief Superintendent (KGS - 3&4), from Contractors, who are eligible as per the
minimum requirements defined in clause-1 of the pre-qualification criteria (Annexure-1) and who are on
approved list of the appropriate class of Contractors in PSUs / Government department or having
experience in executing similar works with large industrial houses (Work executed for private body will
be considered only if Contractor / firm produces tax deduction at source certificate) for, “General
Maintenance of Residential & Public Buildings in Phase-II area of Kaiga Township, Mallapur & ‘A’, ‘B’,
‘C’ Type quarters & CISF Complex at Kurnipet area during the year 2011-12.”

1. The work is estimated to cost 30.52/- Lakhs (Rupees Thirty Lakhs Fifty Two Thousand
Only). This estimate however, is given merely as a rough guide.
2. Completion time Twelve (12) months (including rainy season).
3. The bid shall be submitted in the original bid document (as issued by the Corporation /
downloaded from the internet) super scribing the name of work in accordance with Clause-19 of
Notice inviting tender (NIT).
4. Chief Superintendent (KGS - 3&4) of the Nuclear Power Corporation of India Ltd., shall be
the “Accepting Authority” hereinafter referred to as such for the purpose of this Contract.
5. Bidding documents may be purchased from the office of Manager (F&A), Accounts Section,
Kaiga Generating Station-1 to 4 from 28.05.2011 to 04.06.2011 between 10:00 Hrs. to 15:30
Hrs. by paying a non-refundable fee of !525/- (including 5% KST) in the form of pay order or
Demand Draft on any Scheduled Commercial Bank payable at SBI, NPCC Branch, KAIGA in
favour of Manager (F&A), NPCIL, Kaiga interested Bidders may obtain further information at
the same address. The bidding documents can also be downloaded from the internet (Site
address website www.npcil.nic.in), where in the purchase price of the documents shall be
submitted along with the bid in the form of pay order / demand draft.

6. Bids must be accompanied by bid-security amount 61,041/- specified for the work in Clause-18
of NIT, payable at State Bank of India at NPCC Branch, (Code 9484), Kaiga-581 400 and drawn
in favour of Manager (F&A), NPCIL, Kaiga. Bid Security will have to be in any one of the
forms as specified in the bidding documents and shall have to be valid for 30 days beyond the
validity of the bid.
7. Bids must be dropped in the box kept in the office of Engineer In Charge, Centralized Tender
Cell, Kaiga Generating Station-1 to 4 up to 14:00 hours on 14.06.2011. Bids will be opened on
8
the same day at 14:30 hours, in the presence of the Bidders who wish to attend. If the office
happens to be closed on the date of receipt of the bids as specified, the bids will be received and
opened on the next working day at the same time and venue.
8. A pre-bid meeting will be held on 10.06.2011 at 14:00 hours in the office of Engineer In
Charge, Centralized Tender Cell, Kaiga Generating Station, Post: Kaiga – 581400 to clarify the
issues and to answer questions on any matter that may be raised at that stage as stated in Clause-
15 of Notice Inviting Tender.
9. SCOPE OF BID
9.1 The Nuclear Power Corporation of India Limited (referred to as Corporation or NPCIL in these
documents) invites bids for the work (as referred above). The successful Bidder should complete
the works on or before the scheduled period of completion as specified in the NIT.
10. ELIGIBLE BIDDERS
10.1.1 Bidding is open to all eligible Bidders meeting the eligibility criteria as defined in
prequalification criteria. Bidders are advised to note the Pre-qualification criteria specified in
Annexure-I of the Notice Inviting Tender.
10.1.2 Bidders not meeting the minimum qualification criteria shall be summarily rejected.
11. ONE BID PER BIDDER
11.1 Each Bidder shall submit only one bid for one package. A Bidder who submits or participates in
more than one Bid will cause the Bidder’s participation to be disqualified for all the proposals.
12. COST OF BIDDING
12.1 The bidder shall bear all costs & risk associated with the preparation and submission of his Bid,
and the Corporation will in no case be responsible and liable for these costs & risk.
13. SITE VISIT
13.1 The Bidder and any of his authorized personnel or agents will be granted permission by the
Corporation to enter upon its premises and lands for the purpose of Site visit. However the
bidder shall express condition that he, his personnel, and agents will be responsible against all
liability in respect thereof, including death or personal injury, loss of or damage to property, and
any other loss, damage, costs, and expenses incurred as a result of the inspection.
13.2 The Bidder should inform the Corporation at least 3 days in advance about the proposed Site
visit.
13.3 The Bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the Site
and its surroundings and satisfy himself before submitting his bid as to the form and nature of the
Site, the means of access to the Site, the accommodation he may require, etc.
13.4 In general, Bidders shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A Bidder shall be deemed to
have full knowledge of the Site, whether he inspects it or not and no extra claims due to any
misunderstanding or otherwise shall be allowed.
13.5 The costs of visiting the Site shall be at the Bidders’ own expense. Any report shared at the Site,
by the Corporation is subject to verification by the Contractor. Any deviations of information in
the report and the actual Site will not be the responsibility of the Corporation.
9
14. CONTENT OF BIDDING DOCUMENTS
14.1 Submission of a bid by a Bidder implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be
executed and of conditions and rates at which stores, tools and plant, etc., will be issued to him
by the Corporation and local conditions and other factors having a bearing on the execution of
the works.
14.2 The bidder shall submit the Bid, which satisfies each and every condition laid down in the bid
documents, failing which, the bid is liable to be rejected.
14.3 The notice Inviting Tender shall form part of the Contract document.
14.4 The documents listed below comprises one set of bid document.
a. Notice Inviting Tender (Including Pre-qualification criteria).
b. Memorandum of Tender
c. General Conditions of Contract
d. Special Conditions of Contract.
e. Technical Specifications / Data sheets.
f. Drawings.
g. Schedule of materials to be supplied by the Corporation
h. Formats of various contractual documents as applicable, viz: Bid Security, Memorandum
of Understanding / Consortium Agreement
i. Bill of Quantities / Financial Schedule.
15. PRE-BID MEETING
15.1 The Bidder or his officially authorized representative is invited to attend a pre-bid meeting,
which will take place as referred in Clause-8 of NIT.
15.2 The purpose of the meeting is to clarify issues and to answer questions on matters that may be
raised at that stage.
15.3 The Bidder is requested to submit their questions / queries / clarifications in writing or by email /
fax to reach the Engineer In Charge, Centralized Tender Cell, Kaiga Generating Station, Post:
Kaiga – 581400 not later than one week before the meeting.
15.4 Minutes of the meeting, including the text of the questions raised (without identifying the source
of enquiry) and the responses given will be transmitted without delay to all purchasers of the
bidding documents. Any modification of the bidding documents which may become necessary
as a result of the pre-bid meeting shall be made by the Corporation exclusively through the issue
of an Addendum only and not through the minutes of the pre-bid meeting.
15.5 Attending the pre bid meetings is in the interest of bidders to understand the scope of work of the
tender. It is insisted upon that bidders shall attend the pre bid meetings. However, incase the
bidders do not attend the pre bid meetings, it would be presumed that they have understood the
scope of work.
.

10
16. AMENDMENT OF BID DOCUMENTS
16.1 Before the deadline for submission of bids, the Corporation may modify the bidding documents
by issuing addendum.
16.2 Any addendum so issued shall be part of the bid documents as well as Contract document and
shall be communicated in writing or by email / fax to all the purchasers of the bidding
documents. Prospective Bidders shall acknowledge receipt of each addendum by email / fax to
the Corporation.
16.3 To give prospective Bidders reasonable time to take an addendum into account in preparing their
bids, the Corporation may extend the date for submission of bids, if necessary.
17. LANGUAGE OF THE BID
17.1 All documents relating to the bid shall be in the English language, unless stated otherwise.
18. BID SECURITY
18.1 The bid shall be accompanied by bid security amount of 61,041/-. The bid security amount
may be paid in any one of the following forms:
a) Deposit at call receipt of any Scheduled Commercial Bank, duly pledged in favour of Manager
(F&A), NPCIL, Kaiga.
b) Demand draft of any Scheduled Commercial Bank drawn in favour of the Manager (F&A),
NPCIL payable at State Bank of India at NPCC Branch, (Code 9484), Kaiga-581 400.
c) Bank Guarantee from any Scheduled Commercial Bank irrevocable and operative 30 days after
the validity of the offer (as per standard Proforma attached).
d) Fixed Deposit Receipt issued by Scheduled Commercial Bank endorsed in favour of Manager
(F&A), NPCIL, Kaiga.
18.2 Bid Security of successful Bidder will be returned after submission of the performance guarantee
amount. Bid Security of unsuccessful Bidders will be returned to them within 30 days from the
date of acceptance of bid of the successful Bidder.
18.3 The Bid Security may be forfeited, if
a) The Bidder withdraws / modify his Bid or any item thereof after opening of bid.
b) The successful Bidder fails within the specified time limit to commence the work.
19. SUBMISSION OF BID DOCUMENTS
19.1 The bid submitted by the Bidder shall comprise the following:
a) Documents in support of Minimum requirements as per Clause-1 of Pre-qualification criteria
(Annexure-1) along with the purchase price of the bid documents in case it is downloaded from
internet.
b) Bid Security.
c) Priced Bill of Quantities.
d) Pre Qualification Information in Formats, as specified along with the rest of the bid documents.

11
And any other information required to be completed and submitted by Bidders in accordance with
these instructions.
For single part bid, the bidder shall submit the bid in three envelopes
Envelope-1 contain:
o Documents in support of Minimum requirements as per Clause-1 of Pre-qualification criteria
(Annexure-1) along with the purchase price of the bid documents in case it is downloaded from
internet.
Envelope-2 contain:
o Bid security.

Envelope-3 contain:
o Pre Qualification Information in Formats, as specified along with the rest of the bid documents.

o Priced Bill of Quantities.


All the envelopes should be sealed & super scribed with appropriate Envelope number and heading
as defined above.
20. BID PRICES, RATES & TAXES
20.1 The Bidder should quote his rates in figures as well as in words. The total amount shall be
written both in figures and words. The bid shall be liable for rejection if not quoted in words.
20.2 In the case of item rate tenders, only rates quoted shall be considered. In case of lumpsum
tender, only lumpsum quoted amount shall be considered.
20.3 All duties, taxes, and other levies payable by the contractor under the contract or for any other
cause, as applicable at the time of submission of bid shall be included in the rates, prices and
total Bid Price submitted by the Bidder.
20.4 The rate and prices quoted by the Bidder are subject to adjustment during the execution of the
Contract in accordance with the provisions of sub-clause 11.2 [Payment for Variations] of the
General Conditions of Contract.
21. CURRENCIES OF BID PAYMENT
21.1 The unit rates and prices shall be quoted by the Bidder in Indian Rupees, unless otherwise
specified the Special Conditions of Contract.
22. BID VALIDITY
22.1 The bids submitted shall remain valid for acceptance for a period of 120 days from the date of
opening of the bid. The Bidder shall not be entitled during the said period of validity, to revoke
or cancel his bid or vary / modify the bid given or any item thereof. In case of Bidder revoking
or canceling his bid, varying any terms in regard thereof, the full amount of bid security paid the
Bidder along with the bid shall the be forfeited by NPCIL.

12
23. ALTERNATIVE PROPOSALS BY BIDDERS
23.1 Bidders shall submit offers that comply with the requirements of the bidding documents,
including the basic technical design as indicated in the drawing and specifications. Alternatives
will not be considered.
24. FORMAT AND SIGNING OF BID
24.1 The Bidder shall prepare the documents comprising the bid as described in Clause 19 of NIT.
24.2 The Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly
authorized to sign on behalf of the Bidder. No over writing is allowed in the bid documents.
24.3 The Bid shall contain no alteration or additions, except those to comply with instructions issued
by the Corporation, or as necessary to correct errors made by the Bidder in which case such
corrections shall be initialed by the person or persons signing the bid.
25. SEALING AND MARKING OF BIDS
25.1 The bid shall be submitted in a sealed envelope containing bid documents as specified in clause
19 of NIT, and super scribed by the following:
(a) Be addressed to Corporation at the following address:
Engineer In Charge,
Centralized Tender Cell,
Kaiga Project Plant Site,
Kaiga - 581 400
.
(b) Bear the following identification:
- Bid for “General Maintenance of Residential & Public Buildings in Phase-II area of Kaiga
Township, Mallapur and ‘A’, ‘B’, ‘C’ Type quarters & CISF complex at Kurnipet area during the year
2011-12”.

- Tender No.: NPCIL/KAIGA/CTC/CIVIL(TS)/2011-12/PT/147


- Do Not Open Before – 14:30 hours – 14.06.2011
- Name and address of the Bidder.
25.2 If the envelopes are not sealed and marked appropriately, the Corporation will assume no
responsibility for the misplacement or damage of the envelops.
26. DEADLINE FOR SUBMISSION OF THE BIDS
26.1 Bids will be received by the Corporation at the address and time specified in NIT (refer clause 7).
In the event of the specified date for the submission of bids being declared a holiday by the
Corporation, the Bids will be received up to the specified time on the next working day.
26.2 The Corporation may extend the deadline for submission of bids by issuing an amendment, in
which case, all rights and obligations of the Corporation and the Bidders previously subject to the
original deadline will then be subject to the new deadline. The intimation for extended deadlines
will be sent to Bidders preferably one week prior to the original deadline.
26.3 Any Bid received by the Corporation after the deadline prescribed above will be returned
unopened to the Bidder.

13
26.4 In exceptional cases (where only one bid is received within the deadline), bids received after the
deadline, due to genuine delay, but before the time of opening of the bid may be considered on
approval from the competent authority. However the right to approve and accept late bids solely
rests with the authority / corporation after ascertaining the delay.
27. MODIFICATION AND WITHDRAWAL OF BIDS
27.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline
prescribed in Clause 26.1 and 26.2 above.
27.2 Each modification or withdrawal notice shall be prepared, sealed, marked, and delivered in
accordance with Clauses 24 & 25 of NIT, the outer and inner envelopes additionally marked
“MODIFICATION” or “WITHDRAWAL” as appropriate, by the respective Bidder.
27.3 No. bid shall be modified after the deadline for submission of Bids.
27.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiry
of the original period of bid validity as in Clause 22.1 of NIT above or as extended pursuant to
Clause 26.2 of NIT may result in the forfeiture of the Bid security pursuant to Clause 18 of NIT.
28. BID OPENING
28.1 On the due date and appointed time as specified in clause 7 of NIT, the Corporation will first
open envelope 1 to all bids received, including modifications made pursuant to clause 27 of NIT
in presence of the Bidders or their representatives who choose to attend. In the event of the
specified date for Bid opening being declared a holiday by the Corporation, the Bids will be
opened at the appointed time and location on the next working day.
28.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause 27 of NIT shall not be
opened.
28.3. If all Bidders have submitted unconditional Bids together with requisite Bid Security, then all
Bidders will be so informed then and there. If any Bid does not contain Bid security in the
manner prescribed in the Bid documents, then that Bid will be rejected and the Bidder informed
accordingly. The sealed envelope containing priced BOQ will be returned to him without
opening. All other valid Bids shall be considered for evaluation.
28.4 The Bidder’s name, the Bid prices, any discounts, Bid modifications and withdrawals, and such
other details as the Corporation may consider appropriate, will be announced by the Corporation
at the time of opening.
28.5 The Corporation shall prepare minutes of the Bid opening, including the information disclosed to
those present in accordance with Sub-clause 28.3 above.
29. CLARIFICATION OF BIDS
29.1 To assist in the examination and comparison of Bids, the Corporation may, at it discretion, ask
any Bidder for clarification of his Bid, including breakdown of Unit rates. The request for
clarification and the response shall be in writing or by email / fax but no change in the price or
substance of the Bid shall be sought, offered or permitted except as required to confirm the
correction of arithmetic errors discovered by the Corporation in the evaluation of the Bids in
accordance with Clause 32 of NIT.
29.2 Subject to sub-clause 32 of NIT, no Bidder shall contact the Corporation on any matter relating
to his bid from the time of the bid opening to the time the contract is awarded.
14
29.3 Any effort by the Bidder to influence the Corporation’s bid evaluation, bid comparison or
contract award decisions, may result in the rejection of his bid.
30. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
30.1 Prior to detailed evaluation of Bids, the Corporation will determine whether each Bid(s) meets
(a) the minimum requirements as defined in clause 1 of Pre Qualification Criteria (Annexure 1);
(b) has been properly signed by an authorized signatory (accredited representative) holding
Power of Attorney in his favour, which shall interalia include a provision to bind the Bidder for
settlements of dispute as per GCC; (c) is accompanied by the required Bid security and; (d) is
responsive to the requirements of the Bidding documents.
30.2 A responsive Bid is one which conforms to all the terms, conditions and specification of the
Bidding documents, without material deviation or reservation. A material deviation or
reservation is one (a) which affects in any substantial change in scope, quality or performance of
the Works; (b) which limits in any substantial way, the Corporation’s rights or the Bidder’s
obligations under Contract; or (c) whose rectification would affect unfairly the competitive
position of other Bidder presenting responsive Bids.
30.3 Over-writing on rate(s) / total amount not clearly indicating single meaning may be a cause of
rejection of bid.
31. CORRECTION OF ERRORS
31.1 Bids determined to be responsive will be checked by the Corporation for any arithmetic errors.
Errors will be corrected by the Corporation as follows:
(a) When there is a difference between the rates in figures and in words, the rates which
correspond to the amount worked out by the Bidder, shall be taken as correct.
(b) When the amount of an item is not worked out by the Bidder or it does not correspond
with the rates written either in figures or words, then the rate quoted by the Bidder in
words shall be taken as correct.
(c) When the rate quoted by the Bidder in figures and in words tallies but the amount is not
worked out correctly, the rates quoted by the Bidder shall be taken as correct and not the
amount.
[In event no rate has been quoted for any item (s), leaving space both in figure(s),
words(s) and amount blank, it will be presumed that the Bidder has included the cost of
this/these item(s) in other items and rate for such items will be considered as zero and
work will be required to be executed accordingly]
(d) In the case of percentage rate tender, the Bidders are required to quote their rate both in
amount as well as in the percentage below / above the rates entered in the schedule. In
such cases in the event of arithmetical error committed in working out the amount by the
Bidder, the tendered percentage and not the amount should be taken into account.
31.2 The amount stated in the Bid will be the Corporation in accordance with the procedure for the
correction of errors and shall be considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited.

15
32. EVALUATION AND COMPARISION OF BIDS
32.1 The Corporation reserves the right to accept or reject any offer.
32.2 In evaluating the Bids, the Corporation will determine for each Bid, the evaluated Bid Price by
adjusting the Bid Price by making any correction for errors pursuant to clause 31 of NIT
(Correction of errors).
32.3 The estimated effect of the price adjustment conditions under Variation and Deviations of the
Conditions of Contract, during the period of implementation of the Contract, will not be taken
into account in Bid evaluation.
32.4 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer-in-charge
or his representative’s estimate of the cost of work to be executed under the contract, the
Corporation may require the Bidder to produced detailed rate analyses for any or all items of the
Bill of Quantities, to demonstrate the internal consistency of those rate with the implementation /
construction methods and schedule proposed.
32.5 Any deviation in the commercial terms shall be suitably loaded before evaluation.
33. AWARD CRITERIA
33.1 The corporation shall award the Contract to the Bidder whose evaluated offer / bid has been
determined to be technically suitable and financially lowest and is substantially responsive to the
Bidding Document, provided further that the Bidder is determined to be qualified to execute the
Contract satisfactorily.
34. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT
34.1 The Bidder whose Bid has been accepted will be notified of the award by the Corporation prior
to expiration of the Bid validity period by issue of Work order. The notification may also be
made through letter, wherein the Work Order shall follow.
34.2 The work order will constitute the formation of the contract subject only to the furnishing of a
performance guarantee within 30 days of work order.
34.3 An agreement shall be made signed by both the parties. The Agreement will incorporate all
correspondence between the Corporation and the successful Bidder.
34.4 Upon furnishing by the successful Bidder of the Performance guarantee, the Corporation will
promptly notify the other Bidder that their Bids have been unsuccessful and release their Bid
security.
35. CORRUPT OR FRAUDULENT PRACTICES
35.1 The Corporation requires that Bidders / Suppliers / Contractors under this contract, observe the
highest standard of ethics during the procurement and execution of this contract. In pursuance of
this policy, the Corporation:
(a) define, for the purpose of these provisions, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a public official in the procurement process or
in contract execution; and
(ii) “fraudulent practice” means a misrepresentation of fact in order to influence a
procurement process or the execution of a contract to the detriment of the

16
17
ANNEXURE-1 – PRE-QUALIFICATION CRITERIA
1. MINIMUM REQUIREMENT
1.1 Average Annual financial turnover during the last 3 years, ending 31st March of the previous
year, should be at least 30% of the estimated cost. (Audited and Certified by CHARTERED
ACCOUNTANT)
1.2) Experience of having successfully completed similar works during last 7 years ending last day
of month previous to the one in which applications are invited should be either of the following:
a) Three similar completed works, each costing not less than the amount equal to 25% of the
estimated cost or
b) Two similar completed works, each costing not less than amount equal to 35% of the estimated
cost or
c) One similar completed works, costing not less than amount equal to 50% of the estimated cost.
d) On going work of similar nature in any Central/State Government/UPS/Autonomous bodies in
which the value of work done in the month previous to which NIT is published shall not be less
than 60% of the estimated cost put to NIT. The value of the completed portion work shall be
certified by the Engineer-In-Charge of the work.
NOTE: 1) TDS Certificate shall be essential for the works done for Private Parties.
2) The work experience without TDS shall not be considered.
Similar work for the purpose of this contract shall mean:
“Having successfully completed General civil maintenance works or works of maintenance of lawn
and garden or House keeping & Up keeping works in Govt. or PSU, or reputed industrial
organizations or large scale Townships.
1.3 The Contractor should submit the documentary proof related to Minimum Requirement as
stated above in a separate envelop along the Bid.
2. GENERAL ELIGIBILITY CRITERIA
2.1 A Bidder may be a natural person, private entity, Government-owned entity, or any combination
of such entities supported by a letter of intent to enter in to an agreement or under an existing
agreement in the form of a Joint Venture of Association (JVA) or Consortium. However, bids
from JVA or consortium shall not be accepted for works with estimated cost below Rs.100
crores. Also JVA will not be applicable for service and maintenance contract.
In the case of a joint venture or consortium.-
• Joint venture should not have more than three partners who are specialized in their respective
field.
• Unless otherwise specified, all partners shall be jointly and severally liable.
• The JVA or Consortium Agreement shall nominate a Lead Partner who shall have the authority
to conduct all business for an on behalf of any and all the partners of the JVA / Consortium
during the bidding process and, in the event the JVA / Consortium is awarded the Contract,
during contract execution.

18
• In such case, generally the Lead Partner shall take full responsibility of successful completion /
fulfillment of all the contract conditions.
• All the partners of joint venture shall meet individually or collectively, the technical / financial
requirements.
2.2 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest
shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more
parties in this bidding process, if:
• A bidder participated as a consultant in the preparation of the design or technical specifications
of the works at are the subject of the bid; or
• A bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by
the Corporation or as Engineer-in-charge for the contract.
2.3 Government-owned entities in the Corporation’s country shall be eligible only if they can
establish that they are legally and financially autonomous and operate under commercial law.
Also, they shall not be dependent agencies of the Corporation.
2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to the Corporation,
as the Corporation shall reasonably request any time within the currency of the contract
(including defect liability period).
2.5 Firms shall be excluded if:
• As a matter of law or official regulation, the Corporation’s country prohibits commercial
relations with that country, provided that such exclusion does not preclude effective competition
for the supply of goods or related services required; or
• By an act of compliance with a decision of the United Nations Security Council taken under
Chapter-VII of the Charter of the United Nations, the Borrower’s country prohibits any import
of goods or contracting of Works or services from that country or any payments to persons or
entities in that country.
2.6 The Bidder shall submit attested copies of original documents defining the constitution or legal
status, place of registration, and principal place of business; written power of attorney of the
signatory of the Bid to commit the Bidder; along with the bid.
3. CONTRACT ELIGIBILITY CRITERIA
Further, the contract eligibility includes the following:
3.1 Experience on similar completed works executed during the last seven years; and details like
monetary value, clients, proof of satisfactory completion.
3.2 Registration, if any, with specified departments (CPWD, State PWDs, MES, Railways, PSUs
etc.) / organizations, class / type of registration or previous pre-qualification(s) for similar
Projects.

19
3.3 Documentary evidence of adequate financial standing, Certified by Bankers, Audited Profit &
Loss A/C and Balance Sheet, Annual turnover in last five years, access to adequate working
capital.
3.4 Construction Equipment proposed to be deployed for the Project and proof of its availability;
equipment proposed to be purchased or leased.
3.5 Key personnel available and proposed to be engaged for management and supervision of the
Project, their qualifications and experience. Valid certificates by a recognized University,
Technical Board, or Ministry of Government of India would only be taken cognizance of.
3.6 Project planning and quality control procedures to be adopted.
3.7 Information regarding Projects in hand, current litigation, orders regarding exclusion / expulsion
or black listing, if any.

20
INFORMATION REGARDING QUALIFICATION OF BIDDERS

Format shall be filled by the bidder on his/their letter head and should be placed in envelop No.3, along
with document produced.
The information to be filled in by the Bidder in the following pages will be used for purposes of Pre-
qualification as provided above.
1. For Individual Bidders (format for clause 2.6 of Annexure-1 – Prequalification criteria)
1.1 Constitution of legal status of Bidder (Attach Copy)
Place of registration: _______________________________________________
Principal place of business: __________________________________________
(Power of attorney of signatory of Bid)
1.2 Value of work Completed during the last five year
(in Rs.Lacs)
Particular Year Value
Total value of Work Executed in the Year 1
last five years ** Year 2
Year 3
Year 4
Year 5
** Immediately preceding the financial year in which bids are received. Attach certificate from
Chartered Accountant.
1.2.1 Financial reports for the last seven years: balance sheets, profit and loss statements, auditors’
reports (in case of Companies / Corporation) etc. List them below and attach copies. (Format
for Clause-3.3 of Annexure-1 – Prequalification criteria).
1.3.1 Work executed as prime Contract or (in the same name) on works of a similar nature* over the
last five year.* * (format for Clause-3.1 of Annexure-1 – Prequalification Criteria).
Project Name & Descri- Contract Value of Date of Stipulated Actual Remarks
Name Address ption of No. Work issue of period of date of explaining
of Client work (Rs.Lacs) work completion completi reason for
order on delay

* Attach completion certificate(s) from the Engineer-in-charge or his representative(s) in-charge.


1.3.2 Quantities of work executed as primer contractor (in the same name and style) in the last five
years. ** (format for Clause 3.1 of Annexure-1 – Prequalification criteria)

21
Year Description Quantity of work performed Remarks
of item of ======== ======== ======== ======== Indicate
work contract
Reference
Year 1
Year 2
Year 3
Year 4
Year 5
1.4 Information on Bid Capacity (works for which bids have been submitted and works which are
yet to be completed) as on the date of this bid calculated as per Clause 3.8 of Annexure I –
Prequalification criteria.
A) Existing commitments and on-going works: (format for clause 3.7 of Annexure 1 –
Prequalification criteria)

Name Value Stipula


ted Value of Anticipa
ted date
Description Place Contract and of period work of
of work & No. & address contact of remaining completi Remarks
state date of (Rs. compl to be on (Rs.
client Lacs) etion completed Million)

B) Works for which bids already submitted (format for Clause 3.7 of Annexure I – Prequalification
criteria)

Name
Place and Stipulated Date when Remarks
Description & address
of work state period of decision is if any
of completion expected
client

1.5(a) The Bidders should list all essential equipments proposed to be deployed for carrying out the
work. (Format for Clasue-3.4 of Annexure-1 – Prequalification criteria)
Item / Requirement Owned / Nos. / Age / Remarks
Equipment No. / leased / to Capacity Condition (From
Capacity be whom to be
procured purchased)
* * * * *
* * * * *

22
1.5(b) The Bidder shall provided adequate information to demonstrate clearly that the Contractor has
the capability to meet the requirements for the key equipments. A separate Form (as defined
below) shall be prepared for each item of equipment listed by the Bidder.
Item / Equipment
Equipment information Name of Manufacturer Model and power rating
Capacity Year of manufacture
Current status Current location
Details of current commitments
Source Indicate source of the equipment
; Owned ; Rented ; Leased ; Specially
manufactured

Omit the following information for equipment owned by the Bidder.


Owner Name of owner
Address of owner
Telephone Cont act name and title
Fax Telex
Agreements Details of rental / lease / manufacture agreements specific
to the Project.

1.6 Qualifications and experience of key personnel proposed to be deployed for Administration and
execution of the Contract incl. QA and Industrial Safety Personnel. Attach biographical data.
Position Name Qualification Years of Experience Years of experience in
(general) the proposed position
* * * *
* * * * *
1.6(a) Number of certified Trades persons to be employed at the Site of Project.
1.7 Proposed sub-contracts and firms involved.
Sections of Value of sub- Sub-contractor (name and Experience in similar
the works contract address) work
* * * *
* * * *
* * * *
* * * *

1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand,
lines of credit, etc. List them below and attach copies of support documents. (Format for
Clause-3.3 of Annexure-1 – Prequalification criteria).

23
1.9 Name, address and telephone, telex and fax numbers of the Bidders’ bankers who may provide
references if contacted by the Corporation. (Format for Clause-3.3 of Annexure-1 –
Prequalification criteria).
1.10 Information on litigation history in which the Bidder is involved. (format for Clause-3.7 of
Annexure-1 – Prequalification criteria).
Client & Address Cause of dispute Amount Remarks and the
present status

1.11 Specify proposed sources of financing net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts
Source of financing Amount (INR equivalent)
1.
2.
3.
4.
1.12 Proposed work method and schedule the Bidder should attach descriptions, drawings and charts as
necessary to comply with the requirements of the Bidding documents. (Format for Clause-3.6 of
Annexure-1 – Prequalification Criteria)

1.13 The Contractor shall submit a declaration note stating that he has read and understood the clauses
in the NIT & General Conditions of Contract and the information / evidence provided for Minimum
requirements and the prequalification criteria are true and fair.

24


   
  

25
Name of work: “General Maintenance of Residential & Public Buildings in Phase-II area of Kaiga
Township, Mallapur and ‘A’, ‘B’, ‘C’ Type quarters & CISF complex at Kurnipet area during the year
2011-12.”

TENDER NOTICE NO.: NPCIL/KAIGA/CTC/CIVIL(TS)/2011-12/PT/147


SCHEDULE ‘A’
Sr. Clause
No. Reference ITEM STIPULATION
No.
1 NIT 37.1 Applicability of Mega Power No.
Project Concession
2 1.1.1 Accepting Authority CS (KGS - 3&4)
3 2.1.3 Time by which possession of Site Within seven days after issue of
will be given work order or LOI.
4 4.14.1 Availability of Electricity YES
5 4.14.1 The rate at which electricity will Free of charge
be charged
6 4.19.2 Number of trees to be planted by NIL.
the Contractor
7 4.22.1 Number Apprentices to be trained NIL.
by the Contractor
8 4.23.2 Availability of Departmental water YES
supply.
9 4.23.2(i) Water charges FREE
10 4.24.2 Land availability for contractor’s NO.
colony.
11 5.6.3 Penalty, for not providing Penalty 2% (maximum).
arrangements and facilities as per
safety guidelines.
12 5.6.4 Industrial Safety Training to be Yes.
provided by Corporation.
13 5.6.14 Minimum number of safety Nil.
professionals to be employed by
Contractor.
14 5.6.15 Penalty, for not deploying the NIL.
minimum number of safety
professionals.
15 7.8.1 Applicability of the incentive No.
clause
16 7.8.2 Maximum percentage of the
contract value, which shall be paid Nil.
as incentive.
17 7.9.3 Compensation for suspension Deleted (Not applicable to this job).
(entire work) beyond 30 days (per
day rate)
18 9.1.1 Defect Liability Period.
For the contracts other than
maintenance contracts mentioned 12 months
below.
26
27
MEMORANDUM OF TENDER
Item Rate Contract Tender
I /We hereby tender the execution for the Nuclear Power Corporation of India limited of the work
specified in the underwritten memorandum within the time specified in such memorandum at the rate
specified therein, and in accordance in all respects with the specifications, designs, drawings and
instructions in writing referred to in Rule 1 hereof and Clause II of the conditions of contract and with
materials as per provided for by and in all respects in accordance with such conditions as far as possible.

MEMORANDUM
a) General Description of work : “General Maintenance of Residential & Public Buildings in
Phase-II area of Kaiga Township, Mallapur and ‘A’, ‘B’, ‘C’
Type quarters & CISF complex at Kurnipet area during
the year 2011-12.”

b) Estimated cost : !30.52 lakhs


c) Bid security : !61,041/-
d) Security Deposit : To be submitted as per clause 4.2 of section IV
e) Time of completion : 12 (Twelve) calendar months (including rainy season)

Should this tender be accepted, in whole or in part, I/We hereby agree to abide and fulfill all terms and
provisions of the said conditions annexed hereto and all the terms and provisions contained in the notice
inviting tenders so far as applicable and / or in default thereof to forfeit and pay to Nuclear Power
Corporation of India Limited or his successors in office the sum of money mentioned in the said
conditions. A Draft/Bank guarantee of a scheduled bank guaranteed by the Reserve Bank of India
deposited as Bid Security,

If I/We fail to commence the work specified in the above memorandum, I/We agree that the said or his
successors in office shall without prejudice to any other right or remedy be at liberty to forfeit the said
Bid Security amount absolutely, otherwise the said Bid security shall be to refunded on submission of
performance guarantee after award of work so as to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to therein and to carry out such
deviations as may be ordered at the rates quoted in the tender document for respective items of work so
long as the cost of the work executed by us under this contract is within the limits.

28
As specified in schedule A of GCC and as entered into the agreement at the rates quoted in the tender
document and those in excess of that limit at the rates to be determined in accordance with the
provisions contained in GCC. I/We hereby declare that I/We have been debarred / not debarred and / or
delisted/ not delisted by any Govt./ PSU.

Dated the _______________________ day of __________2010 _______

Signature ++ _________________
(Name of Contractor)_________________

Witness+++ _________________
(Name of Witness) _________________

Address ______________________________
Occupation ____________________________

The above tender is hereby accepted by me for and on behalf of (Organization’s Name)

Dated the ________________ day of __________ 2010 _____

Signature ++++________________________
(Name of the Officer ________________________

+ Tenderer is advised to read carefully and strike out whichever is not applicable and furnish
details wherever applicable
++ Signature of contractor before submission of tender
+++ Signature of witness to contractor’s signature
++++ Signature of the officer by whom accepted

29


   

30
GENERAL CONDITION OF CONTRACT

New General Condition of Contract (page No. GCC – 1 to GCC -138) which are applicable for other
works in NPCIL, Kaiga Project, Kaiga 1-4. It is also applicable for this work, same is available in the
office of Engineer In Charge, Centralized Tender Cell, Kaiga Generating Station, Post Kaiga 581400
and also same is available in the NPCIL website (www.npcil.nic.in) under Tender No.
NPCIL/KAIGA/CTC/CIVIL(TS)/2011-12/PT/147 is read by me/us and I/We abide by the same.

Signature of the Tenderer

31



  
    

32
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL: -
These special instructions supplement the general conditions of contract and shall be considered
as part of the contract document. Where these special instructions are at variance with
the corresponding general conditions, stipulation, specifications etc. elsewhere in the tender
documents, these special instructions shall prevail.
2. RIGHTS OF OTHER AGENCIES: - The contractor shall note that several other agencies
may also be simultaneously working within and around the work site and structures covered under
present contract. The contractor without any hindrance, shall fully co-operate with the other agencies
working there in. In case of dispute in such co-ordination the Engineers decision shall be final and
binding on the contractor.
3. TAXES: - "Price quoted by Bidders should be inclusive of all applicable statutory payments such as
octroi, cess, VAT, royalty, terminal or Sales Tax, Service Tax and other duties on materials
obtained for the works from any source, Works Contract Tax, etc.
Any increase in rate of or new statutory levies, customs duty, VAT, service tax, octori and other
duties during the currency of the contract shall be reimbursed by the Corporation on submission of
documentary proof for payments as per GCC Clause no.6.10.
4. All other Taxes: - Income Tax, and Surcharge or any other statuary levy on all contracts works as
notified by Central / State Government from time to time shall be recovered from your running
account bills as well as final bills for this work, in the prescribed manner. All Royalty and Taxes
payable if any, shall be born by you and no dispute on this account shall be entertained by NPCIL.
5. LIABILITIES FOR DAMAGE AND INSURANCE: - During the execution of the contract,
and until completion certificate is issued, the contractor will be fully responsible for any loss,
damage or destruction of NPCIL works / structures, machinery, property, persons etc. as per
GCC Clause no. 14. No claim shall be against corporation on this account. The Contractor shall
provide in the joint names of the corporation and the Contractor, insurance cover from the date of
commencement of work to the end of the Defect Liability Period. The Contractor is liable to take
Contractor’s all risk policy for the whole contract value. The insurance amount shall also cover
third party liability to the extent, if any as specified in Schedule A. In addition to this the
Contractor shall also take Workmen Compensation Policy for workmen workmen.
6. LABOUR LICENSE: - A request for issue of labour license shall be submitted to the Engineer-in-
charge of the work immediately after receipt of work order. Principal Employers Certificates
required for obtaining Labor License for specified number of workmen proposed to be employed
for the work shall be issued on your request. You shall obtain a valid labor license from the
relevant authorities before deploying the workmen for the work.
7. LABOUR PAYMENT: The contractor shall maintain the attendance register for labours engaged
and also for the work allotted and record the items of work carried out on the day and get the same
signed by the Engineer-in-charge or his authorised representatives on day to day basis
7.1 The contractor must not that the manpower being engaged under this contract must be paid by them
once in a month in the presence of departmental representative. The payment shall be made after
16:00 hours on this day.
7.2 After ensuring compliance with the clauses 7 & 7.1 above, contractors will be paid their monthly
bills.
7.3 The labours shall be provided adequate insurance cover and the documents to that effect shall be
furnished to NPC before commencing the work
7.4 Rates mentioned in the schedule shall be inclusive of provision for all the above aspects.
33
7.5 The contractor shall record a certificate on every bill that minimum wages as applicable have been
paid to all workmen. All Government/ Departmental notification procedure issued in this regard
shall be applicable to this contract
7.6 No. claim on account of any ambiguity in any respect will be entertained
8. APPROVAL OF MATERIALS AND SAMPLES OF MATERIALS SUPPLIED BY
THE CONTRACTOR: - Contractor shall supply samples of materials to be used on this work
for testing of materials as per GCC clause no. 6.4. Failure of any sample to pass the specified
requirement for a particular use will be sufficient cause for rejection. Contractor shall supply free
samples of materials to be used on this work whenever asked for the same for testing in laboratories. If
the test results are not meeting the specified requirements then, this will be sufficient cause for rejection
of the materials. The materials so rejected shall be removed from the site by the contractor immediately,
failing which the same shall be removed by the engineer at the risk and cost of the contractor. Also for
all types of materials, ingredients, workmanship, sequences, scheme and style, contractor proposes to
adopt / deploy, shall be subject to the approval of engineer prior to taking up such bulk supply and
work. Contractor should note that all the materials are to be arranged by Contractor them selves
of approved brands for the work. Contractor shall arrange to provide manufacturer’s test certificate and
will also responsible for testing of materials from approved laboratories by NPCIL prior to use as per
relevant I.S. standards / Technical specifications in the laboratory as specified by the engineer for which
nothing extra shall be payable on this account. In the absence of any specifications for any work or
materials relevant Indian standard specification will be applicable.
Contractor shall maintain record of receipt & consumption of all materials of work at site. It is
required to submit receipt and consumption records of these materials monthly along with RA
Bills for checking by Engineer-in-charge.
The contractor shall submit the receipts / Challan of materials purchased by him to Engineer-in-charge
while depositing the materials in NPCIL Store or submitting the RA Bills
9. Safety and observance of safety and cleanup condition at work site.
9.1 You shall follow at site the AERB safety code which is available with the Engineer- In-Charge for
reference and implementation.
9.2 During the execution and temporarily suspending the work, the contractor’s materials, work, shall
not interfere and cause damage to the existing property and injury to personal.
9.3 Proper illumination, barricading etc shall be provided and maintained by the contractor.
9.4 Adequate means of safe access, scaffolds, portable ladder with shoe etc shall be provided and
maintained.
9.5 Height pass shall be obtained for works above 2.5mtr height and the scaffolding members and
planks shall confirm to the relevant BIS specification such as IS-3696 etc.
9.6 Safety permits shall be obtained for excavation, trenching, earth removal, cutting & welding,
confined space work. For other works of hazardous nature, an industrial safety permit shall be
obtained.
9.7 Personal protective equipments like safety helmet, safety belt, hand gloves, goggles etc as applicable
to the work shall be used by the contractor.

34
9.8 Safety precautions and personal protective equipments for painting works shall be used with respect
to respiratory protection and fire protection including ventilating the area.
9.9 Valid certificate of testing and inspection by competent person for the lifting machines and tackles in
use shall be available with the agency on the work.
9.10 Adequate fire safety precaution and electrical safety precautions shall be maintained for welding &
gas cutting including proper ventilation in the area. The return lead of the electrical welding
machine shall be extended and connected directly to the work.
9.11 Grinding machines shall be provided with wheel guard and the grinding wheel shall be within its
validity period.
9.12 Proper housekeeping shall be maintained by the contractor by collecting the scraps and loose
materials daily and arranging them suitably.
9.13 Fire safety and industrial safety precautions at all areas including for work near water bodies shall
be observed in general.
9.14 Safety Officer/Supervisor /coordinator as applicable shall be maintained.
9.15 All accidents and fire incidents including near-miss accidents shall be reported by the contractor.
9.16 SAFETY DURING WORKING IN RADIATION ZONES:
i) All the worker should be qualified enough to understand the radiation signs, radiation
symbols & boards and to understand the basic knowledge of radiation protection in Hindi.
ii) They must be orange qualified for radiation protection minimum, however radiation
protection training will be given by department only.
iii) They must follow all radiation protection means instruction from health physics unit. Violation
of any instruction regarding radiation protection shall be viewed seriously.
iv) All the contractor workers should be medically fit and medical certificate for each worker is required
to be submitted to Engineer In-Charge.
v) All the contractor workers should work with supervisor or departmental representative (Green
dot qualified) in radiation zones and they should not spend unnecessary time in radiation areas.
vi) You and your workers have to follow all the radiological protection procedure and
regulations stipulated by the station. The violation of the procedure shall put the penalty on the
contractor.
9.17 All safety precautions shall be followed strictly such as wearing helmets, shoes and providing
emergency light to labour etc.
9.17.1 In case of a violation of an Industrial safety requirement, provision, statutory requirement etc: a
penalty of Rs. 1,000/- shall be charged to the contractor on the 1st instance. On repeated
violation: the penalty shall be increased to Rs. 2000/-.
9.17.2 Incase of fatal accident: the contractor shall be penalised to a maximum extent of Rs. 50,000/- in
addition to the compensation payable by the contractor as per workmen’s compensation act &
Rules and other statutory provisions as applicable.
9.17.3 Incase of serious accident and permanent disability, the contractor shall be penalised to a
maximum extent of Rs. 50,000/- for 100% disability and to that % of disability ( if 100%
disability does not exist) of Rs. 50,000/-.
35
10. TRANSPORT CHARGES: - Contractor shall make his own arrangement for transportation
of manpower deployed for the work from labour camps to working place. Penalty of 800.00 will
be recovered per person found traveling in departmental transport without proper pass /
authorization.
11. SECURITY:-The contractor shall follow security rules as per GCC Clause no. 4.20. The contractor
should get issued the identity cards of their workers from colony security section / CISF
as applicable from time to time. Contractor will submit the duly filled up forms of all
workers to be deployed in this contract and duly recommended through Engineer- in-Charge
to CISF or Colony Security Section as the case may be for issue of identity card of their workers,
Otherwise a penalty shall be imposed at the rate of ` 200/- per day. Workers should display their
Identity Cards during the working time. Xerox copy of identity cards of all workers to be submitted
to Engineer-in-Charge of work before Ist R. A. Bill. You may please note that the CISF / security
section is empowered to carry out the checks. On completion of work, contractor has to
surrender all identity cards issued under this contract to their labour / staff to CISF or colony
security section as applicable. No dues certificate has to be submitted to Engineer-in- Charge of
work before final bill from respective security agencies.
12. UNIFORM: - For giving the belongingness & discipline to the contract workmen towards NPCIL,
the contractor has to issue two sets of uniform including stitching charges and one pair of
leather shoes to all the workmen deployed in this contract. In case contractor manpower is not
found in dress, they will not be taken on duty and penalty will be imposed @ ` 50/= per head per
day. Penalty will start after one month from the award of work or after 1st RA bill which ever
is earlier. This clause will be applicable in all Annual Maintenance & paintings works, service
contracts, Leather safety shoe shall be provided to workman even contract period less then one year
House keeping & Horticulture works with contract period one year or more than one year.
13. The contractor shall not indulge in engaging other contractor’s labour working in other sites by
paying more wages. If such cases are noticed the contractor shall be liable for stringent action
including suitable penalty as the Engineer-in-charge decides.
14. You shall offer a suitable rebate on your quoted amount to remain as the lowest bidder in the event
of change of tender structure when compared with the final executed quantities of the scheduled
items
15. Kaiga Generating Station is certified for ISO 14001 Environmental Management System and IS
18001 Occupational Health and Safety Management System. Hence all the vendors/contractors are
necessary to comply with the provisions contained in the above management system. Some of them
are enumerated below:
a. All the persons deployed for the execution of the work should comply with Factories Act 1947,
Industrial Safety, Fire Safety and Radiation Safety as stipulated by the organization from time to
time.
b. All the resources should be used optimally. Major thrust should be given to comply with
conservation of energy and resources.
c. All the persons should be conversant with good work practices, Industrial hygiene and try to
incorporate in daily activities
d. Any untoward incident/accidents major or minor should be immediately reported to Engineer In-
charge.
e. All the tools and tackles, Test and Measuring instruments used for the execution of the work should
comply to the industrial standards and practices. These materials should be certified to be healthy for
use before application.

36
f. Use of Personal Protective Equipments applicable for each task is mandatory. Violation of any such
requirements would be viewed seriously and action would be invoked commensurate with the depth
of violation.
g. Use of compressed gas or hazardous materials should be with permission of Engineer IN-charge.
These materials should be disposed off in compliance with ISO 14001 and 18001 from time to time.
h. Should comply with segregation of waste at source in to biodegradable, non-biodegradable and
hazardous materials. This segregated waste should be disposed off as per the approved procedure of
the station.
i. Continuous evaluation of environmental aspect should be done to prevent/minimize the
environmental adverse impact
j. Periodical identification of the hazard and risk analysis should be carried out to prevent and
minimize the escalating occupational health and safety problems.
k. Contingency and Mitigating measures should be in place to combat any degradation in
environmental, occupational health and safety measures
 FOREIGN MATERIAL EXCLUSION: 

      

         

         
        
 
            

  
   
    

b) The contractor shall follow the radiological safety/contamination control measures strictly as laid down
by the station. Suitable penalty shall be imposed for violation of radiation protection procedures and
regulations. Adequate first aid kits should be readily accessible at all times with the contractor.
16. WORK IN SHIFTS:
The Contractor shall be prepared to work in round the clock shifts if needed to meet the
emergency situations
17. SUB-CONTRACTORS:
The contractor shall not sublet the whole or part of the work without written consent of the Engineer-in-
charge. The contractor shall be responsible to the Engineer-in-charge for all the works of his sub
contractor.
The Sub-Contractors shall be bound to the CONTRACT by the terms and conditions, drawings and
specifications and shall responsibilities that the contractor assumed towards the Engineer.
The bidder shall note that if any clarifications regarding specifications, conditions of contract, schedule
of quantities, scope of work etc., are required, he shall contact (well in advance but before the date &
time of pre-bid meeting) the Sr. Maintenance Engineer (FHS) KGS: 1&2 and In-Charge Civil
{T/S}, Kaiga 1 - 4, via Karwar - 581 400, Karnataka State {Phone no 9448291710/08382-264132}.
No claim on account of any ambiguity in any respect will be entertained.
19. Contractors all workmen(s)/supervisor(s) shall wear their uniform/lab coat (which is approved by the
Engineer-In-Charge) compulsory/without fail while on duty.
20. Contractor shall collect (taking delivery) the all free issue materials (from the Civil Sectional Store
at Kaiga Township, Mallapur) which are mentioned in the enclosed BOQ & which are mention in
the list of free issue of materials etc. Soon after completion of days work the concerned shall
return all balance and removed material to Civil Sectional Store at Kaiga Township, Mallapur.
21. Contractor has to provide manpower as mentioned below:

37
Man power Requirement
Sl. No. Category
skilled Helper
1 Carpenter with tools and tackles (To execute Item No. 1 1 1
of BOQ)
2 Mason with tools and tackles (To execute Item No. 4 of 1 1
BOQ)
3 Welder cum Gas cutter with tools and tackles (To execute 1 1
Item No.6 of BOQ)
4 Painter with tools and tackles (To execute Item No. 7 of 1 1
BOQ)
5 Helpers with tools and tackles (To execute Item No.9 of - 5
BOQ)
6 Unskilled male helper with tractor trailer with tools and - 3
tackles (To execute Item No. 38 of BOQ)
7 Unskilled male helper with tractor trailer with tools and - 2
tackles (To execute Item No. 39 of BOQ)
NOTE:
1) The above manpower are minimum required for the work on day to day basis, the items which
include manpower and material are separately required and shall be deployed as per
requirement. Addition if any required for better performance shall be made by the contractor
without any additional cost. If any reduction in the specified manpower is noticed proportionate
deductions will be made in the bills.
2) The contractor shall make arrangement to pay the individual worker employed by them under
this contract through Bank by maintaining the minimum wages act, for the entire period of this
contract. The details of labour payment with attendance of individual worker shall be submitted
to the Engineer In-Charge on or before 10th of every month.
26. Contractor has to provide the fallowing Equipments/machines/materials for day-to-day work.
`a) power drilling machine for concrete and wood with drill bits all
dia (working condition) 1 No
b) power saw for wood cutting (working condition) 1 No
c) Electrical operated Tile cutting machine (working condition) 1 No
d) Ladder 3M height 1 No
e) Ladder 6M height 1 No
f) scaffolding/staging material 10 Cu.m
g) Single phase welding machine (working condition) with 100 mtr
length cable and extension board With General purpose welding 01 No
electrodes of required diameter and as per requirement.
h) Gas cutting set with required gas and regulators (working
condition) 01 No
Hacksaw blades for small cuttings and other Misc works as per
requirement.
i) Weed Cutting Machine for Jungle cutting. 02 Nos
j) High Pressure water jet machine with a capacity of generating min 01 No
04 Kg per Sq cm.
38
The above materials/equipments/consumables are minimum required for the work on day to day
basis, the item vise manpower/consumables shall be deployed as per requirement. Addition if any
required for better performance shall be made by the contractor without any additional cost. The
list of equipments shall be procured and deployed to work within 30 days of date of receipt of
work order, if any reduction in the specified equipments/materials/consumables is noticed
proportionate cost will be with held and deducted in the first R A Bill itself.
22. Contractor has to provide one computer data entry operator selected by the Engineer-In-charge for
monitoring and updating the complaints and attending other related works as directed by the Engineer-
In–charge. The contractor has to provide one BSNL mobile to his supervisor to facilitate and monitor
day-to-day work, failing which the supervisor and data entry operator will be engaged by the
Department at the risk and cost of Contractor.

Signature of the Tenderer

39
GENERAL INFORMATION TO THE CONTRACTORS
1. Project
The Kaiga 1-4 Project comprises of 4 units of 220 Mwe each. Turbo Generator driven with steam
from PHWR type Nuclear Reactor. Kaiga Unit 3&4 being in close to the vicinity of Kaiga 1&2 and
security point of view, all 4 units comes under the control of Central Industrial Security Force.
2. Location
The site is located about 55 kms to the east of Karwar town and 13 kms. On upstream of Kadra Dam
& on the left bank of river Kali. The nearest Railway Station is Karwar on Konkan railway line.
Hubli Railway Station is about 150 kms from the site on Bangalore – Londa Section of the southern
railway (Bangalore –Mumbai Broad Gauge line).
3. Access
The site is accessible from NH-17 which passes through Karwar town. SH -67 on Karwar Belgaum
route passes through Kadra.
4. Geology of site
The site is covered with overburden, materials, comprising of top humus soil, literate, clay/sand with
pebbles up to a depth of 11m. below this depth lies moderately jointed Granitic gnesis rock, with
occasional talc/chlorite schist bands. The upper most rock layer is highly or moderately weathered
to fairly fresh pink Granitic gneiss, which is gray in colour with soft talc. The Granitic gneisses are
essentially made up to quartz, feldspar and biotitic mica. The ground water level is observed to be
fluctuating between 0.5 to 5m depth from the natural ground level during monsoon and dry season
respectively.
5. Meteorological Data
The contractor is deemed to have studied the Meteorological data such as maximum and minimum
temperature in the year, relative humidity rainfall etc., available at the office of the Engineer-In-
Charge.

6. Site inspection
The contractor is deemed to have visited the site and familiarized themselves thoroughly with the
site conditions before submitting their tender. Non familiarity with site conditions will not be
considered a reason either for extra claims or for not carrying out the work in strict conformity with
drawings as directed by the Engineer-In-Charge as specified in the entire tender document and
Technical specification. For any information on site visit, the tenderer’s may contact the office of
SME (FHS 1&2), Kaiga Generating Station Units 1-4, Post: Kaiga, Karwar, Karnataka State, Pin
581 400.

Signature of the Tenderer

40




41
UNDERSTANDING BY THE TENDERER

Before submission of bid (s), I have thoroughly gone through the set of Technical Specification for
works available with the Centralized Tender Cell and have also understood them carefully. I agree to
accept the said set of technical specifications as part of contract agreement and undertake not to claim on
account of non-studying or understanding the contents of technical specifications. In case where no
specification have been given in the set of technical specifications for any item/activity/work, the
relevant Indian Standard shall be applicable for the same.

Date: Signature of the Tenderer

42



 

43
44




 !"#$%"&# '
&((%')# $( $"#% *

45
46
Sr.no.
Nature of
hindrance
Date of
occurrence
Date of
removal
Period of
hindrance

Overlappi
ng period

47
if any
Net
extension
Dated sign
of
Contractor

FORMAT FOR ‘HINDRANCE REGISTER’


with name
Dated sign
of
Engineer
with name
Remarks


 $+"#&! $,"$% & *#$"#" +*#&
"&"((%"'-,%./%$%#)-
+ $"*+ !*$&#"*%*01
 *& $#%+"0$+*#-","*(")+*#
"$"*#-$! $+"* "$"*##2-

48







NUCLEAR POWER CORPORATION OF INDIA LTD.
(
A Govt. of India Enterprise)
  Kaiga Generating Station-1 - 4
    Section – Centralized Tender Cell
 ! " #!$% PO: Kaiga, Dist: Uttara Kannada, Karnataka 581 400

BID SECURITY / EMD DEPOSIT FORM

1. TENDER NO. NPCIL/KAIGA/CTC/CIVIL(TS)/2011-


12/PT/147
2. NAME OF WORK “General Maintenace of Residential & Public
Buildings in Phase-II area of Kaiga Township,
Mallapur and ‘A’, ‘B’, ‘C’ Type quarters & CISF
complex at Kurnipet area during the year 2011-
12”.
3. Date of Tender Opening & Time 14.06.2011 at 14:30 Hrs.
4. Bid Security / EMD in the form of DD AMOUNT :
/ Bankers cheque / Deposit at Call
receipt pledged in favour of DD / B.C.NO.:
MANAGER (F&A), NPCIL, KAIGA
DATE :
5. Bid Security / EMD in the form of
Fixed Deposit Receipt (FDR) issued
by a Sch. Commercial Bank endorsed
in favour of MANAGER (F&A), KGS
1-4.
6. Bid Security in the form of Bank
Guarantee of Sch. Commercial Bank
irrevocable and operative 30 days after
the validity of the offer
i.e.____________________________
As per standard proforma attached in
the NIT.
7. Correct and Full postal address of the
Contractor – to which Discharged
EMD in the form of BG / FDR.
Including POSTAL PIN NO.
8. E/MAIL ADDRESS OR FAX NO.

9. MOBILE NO.

49
10. Contractors bank account nature and a/c
number to which bid security amount to
be credited by way of refund in the even
of unsuccessful bidding.
Name of the Bank & Branch code.

Full address of the Bank

Opted to receive payment through ECS /


OR RTGS. Facility.
In RTGS (Outstation Contractor) opted,
then give BRAND IFS CODE for
transfer of money managed by RBI.
IFSC CODE should be in Alphanumeric.
Signature of the Accts.
Signature of the contractor Signature of the Engineer-In- Manager(F&A) collecting the
authorized agent Charge EMD.

Name : Name : Name :


Date : Date : Date :

NOTE:-
1) Correct Postal address to be given so that discharged documents can be sent through Registered
Post.
2) E-mail / Fax No. to intimate the Contractor about the crediting of refund amount to their Bank
A/C. or mobile no. to which intimation may be given by SMS message.

50
PROFORMA BANK GUARANTEE IN LIEU OF BID SECURITY

(On Non Judicial Stamp paper to be stamped in accordance with stamp act, the stamp paper to be in
name of Executing Bank)
Ref.............. Date................
Bank Guarantee No........
To
NUCLEAR POWER CORPORATION OF INDIA LTD
Kaiga Generating Station,
Kaiga
Dear Sir,
In accordance with your Notice Inviting Tenders for.............. ......... under your tender
No........ dated....... M/s........... (hereinafter called the Tenderer) with following directors on their
Board of Directors/Partners of the firm.
1................... 2.............................
3.................... 4..............................
Wish to participate in the said tender for the following:
1..................................................................
2..................................................................
Whereas it is a condition in the tender documents that the tenderer has to deposit Earnest Money
with respect to the tender, with Nuclear Power Corporation of India Ltd (hereinafter referred to
as "Corporation") amounting to Rs........ or alternatively the tenderer is required to submit "Bank
Guarantee" from a Nationalised Bank irrevocable and operative till 30 days after the validity of the
offer. (i.e. 210 days from the date of opening of tender), for the like amount which amount is likely
to be forfeited on the happening of contingencies mentioned in the tender documents. And whereas the
tenderer desires to secure exemption from deposit of Earnest Money and has offered to furnish a
Bank Guarantee for a sum of Rs....... to the Corporation for the purpose of securing exemption from
the deposit of earnest money.
1. NOW THEREFORE, we the ...................... Bank, a body corporate constituted under the
Banking Companies (Acquisition and Transfer of undertakings) Act 1969 and having a
branch office at............ (hereinafter referred to as the Bank") do hereby undertake and agree to
pay on demand in writing by the Corporation, the amount of Rs.......(Rupees............) to the
Nuclear Power Corporation of India Ltd without any demur, reservation or recourse.
51
2. We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as to
whether the tenderer has committed any breach or breaches of any of the terms and conditions of
the tender and the extent of loss, damage, costs, charges and expenses caused to or suffered by or
that may be caused to or suffered by the Corporation on account thereof the extent of the
Earnest Money required to be deposited by the Tenderer in respect of the said Tender
document and the decision of the Corporation that the Tenderer has committed such breach or
reaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused
to or suffered by or that may be caused to or suffered by the Corporation shall be final and binding
on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the Corporation and change in the constitution, liquidation or
dissolution of the Tenderer, shall not discharge our liability guaranteed herein.
4. It is further declared that it shall not be necessary for the Corporation to proceed against the
Contractor before proceeding against the Bank and the Guarantee herein contained shall
be enforceable against the Bank not withstanding any security which the Corporation may
have obtained or shall obtain from the Contractor at the tine when proceedings are taken against
the Bank for whatever amount may be outstanding or unrealised under the Guarantee.
5. The right of the Corporation to recover the said amount of Rs...........(Rupees
......................)from us in manner aforesaid will not be affected or suspended by reason of the fact
that any dispute or disputes have been raised by the said M/s................... (Tenderer) and/or
that any dispute or disputes are pending before any authority, officer, tribunal or arbitrator(s)
etc.
6. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to
Rs........(Rupees....... ....)and our guarantee shall remain in force up to.......... and unless a demand
or claim under the guarantee is made on us in writing within three months after the aforesaid
date i.e. on or before the .......... all your rights under the guarantee shall be forfeited and we
shall be relieved and discharged from all liabilities there under.
Date......................
Place....................
(Signature) .........…………
(Printed Name)........………….
(Designation) .........…………
(Bank's Common seal)....……..
(Authorisation No.).....………..
In the presence of:
Witness
1).................……………
2).................…………… Accepted
52
(Signature of the Officer)
For and on behalf of the
Nuclear Power Corporation of India Ltd.

PERFORMA BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT


(Performance Guarantee / Retention money)
IN INDIVIDUAL CONTRACT
( ON NON JUDICIAL STAMP PAPER)
To,
Nuclear Power Corporation of India Ltd.
(Hereinafter referred to as the Corporation).
Kaiga Project Kaiga,
Kaiga post; 581 400
Karwar (UK) Dist.

In consideration of the Nuclear Power Corporation of India Ltd………………………… Atomic Power


Project) having its registered Office at ……………………….. (hereinafter called the “Corporation “
which expression shall unless repugnant to the subject or context include its administrators, successors
and assigns) having agreed under the terms and conditions of the Award Letter bearing No…….
dated…………….issued by the Corporation, which has been unequivocally accepted by the Contractor
M/s……………………………… work of ……………(hereinafter called the said Contract) to accept a
Deed of Guarantee as herein provided for Rs………(Rupees………………………………….only) from
a Scheduled commercial bank in lieu of the ………………………….(performance guarantee to be
submitted by the Contractor / retention money deducted from the Contractor’s bills) for the due
fulfillment by the said Contractor of the terms and conditions contained in the said Contract.
1. We, the ………………… Bank ( hereinafter referred to as “ the said Bank “ and having our
registered office at …………. Do hereby undertake and agree to indemnify and keep indemnified
the Corporation from time to time to the extent of
Rs…………..(Rupees……………………………………… only) against any loss or damage,
costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the
Corporation by reason of any breach or breaches by the said Contractor of any of the terms and
conditions contained in the said Corporation on demand and without demur to the extent
aforesaid.
2. We…………………Bank, further agree that the Corporation shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation on account
thereof and the decision of the corporation that the said Contractor has committed such breach or
breaches and as to the amount of loss, damage, costs charges and expenses caused to or suffered
by or that may be caused to or suffered by the Corporation from time to time shall be final and
binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said Contract and till all
the dues of the Corporation under the said Contract or by virtue of any of the terms and
53
conditions governing the said Contract have been fully paid and its claims satisfied or discharged
and till the owner certifies that the terms and conditions of the said Contract have been fully and
properly carried out by the said Contractor and accordingly discharges this Guarantee subject,
however , that the Corporation shall have no claim under the Guarantee after 90 ( Ninety) days
from the date of expiry of the Defects Liability Period as provided in the said Contract, i.e.
…………..(date) or from the date of cancellation of the said contract as the case may be, unless a
notice of the claim under this Guarantee has been served on the Bank before the expiry of the
said period in which case the same shall be enforceable against the Bank notwithstanding the
fact, that the same is enforced after the expiry of the said period.
The Corporation shall have the fullest liberty without affecting in any way the liability of the
Bank under this Guarantee or Indemnity , from time to time , to vary any of the terms and
conditions of the said Contract or to extend time of performance by the said Contractor or to
postpone for any time from time to time any of the powers exercisable by it against the said
Contractor and either to enforce or forbear from enforcing any of the terms and conditions
governing the said Contract or securities available to the Corporation and the said bank shall not
be released from its liability under these presents by and exercise by the Corporation of the
liberty with reference to the matters aforesaid or by reason of time being given to the said
Contractor or any other forbearance act or omission on the part of the Corporation or any other
matter or thing whatsoever which under the law relating to sureties would, but for this provision,
have the effect of so releasing the Bank from its such liability.
4. It shall not be necessary for the Corporation to proceed against the Contractor before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the Bank,
notwithstanding any security which the Corporation may have obtained or obtain from the
Contractor shall at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealised.
5. We, the said Bank, lastly undertake not to revoke this Guarantee during is currency except with
the previous consent of the Corporation in writing and agree that any chance in the Constitution
of the said Contractor or the said Bank shall not discharge our liability hereunder. If any further
extension of this Guarantee is required the same shall be extended to such required periods on
receiving instructions from M/s………………………………………. on whose behalf this
guarantee is issued.
In the presence of For and on behalf of ( the Bank )
WITNESS
1---------------------------- Signature
2----------------------------- Name & Designation
Authorization No: --------------------------
Date & Place : ---------------------------
Bank’s Seal : ---------------------------
Accepted

(Signature of the Officer)


For and on behalf of the
(Nuclear Power Corporation Of India Ltd.)
54
3

/41
 

55
SCHEDULE OF QUANTITIES
Name of Work:- : “General Maintenance of Residential & Public Buildings in Phase-II area
Mallapur & ‘A’, ‘B’, ‘C’ Type quarters & CISF Complex at Kurnipet area during

ITEM RATE
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures )
1 Attending maintenance works of carpentry nature such as Each 540
repair/fixing/replacement of frames; shutters and their Operatio
hardware fittings & fixtures of doors, windows, cupboards, n
ventilators, shelves, mosquito mesh shutters of doors;
windows & ventilators and all other miscellaneous
carpentry nature works in all residential & public buildings
at Kaiga Township, Mallapur etc., including depositing the
removed shutters; frames and their hardware fittings &
fixtures in Civil Sectional store at Kaiga Township,
Mallapur etc., complete all as per specification and as
directed by Engineer-In-Charge at all heights/lifts & at all
locations.
Note:All required frames, shutters, mesh, hardware fittings
& fixtures with necessary screws/bolts & nuts will be
issued by the NPCIL at free of cost in Civil sectional store
at Kaiga Township, Mallapur.
2 Supplying of following constuction materials of approved
quality, of approved make & confirming to BIs specification
of latest edition and stacking of the same materials as
directed, at Civil Sectional Store, Kaiga Township,
Mallapur etc. complete all as per the specification and as
directed by Engineer-In-Charge
No. Of correction on this page No. of over writings on this page Ambigu
Remarks on this page

Engineer-In-Charge Finance Officer Opening the Tender


ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures ) (In words) (In figures !"
2.1 Supply of 14 guage Soft GI wire of approved quality, of Kg 50
approved make and confirming to relevant BIS
specification of latest edition.
2.2 Supply of Powder Coated, 12 5 mm long & 1.5 mm thick Each 200
MS Hinges (suitable to exisiting MS windows).

2.3 Supply of Powder Coated, 250 mm long MS Each 150


Pegstays/stoppers (suitable to exisiting MS windows).

2.4 Supply of Powder Coated, 150 mm long MS " D " handles Each 150
(suitable to exisiting MS windows).

No. Of correction on this No. of over writings on this page Ambiguities on this
page page
Remarks on this page

Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 57
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures ) (In words) (In figures !"
3 Supply of Aluminium all types of fitting & fixtures (of
required types), of approved quality, of approved
make(shakti/jyoti/classic) and confirming to relevant BIS
specification of latest edition.
3.1 16 mm dia 300 mm long Aluminium Aldrop set. Each 200
3.2 16 mm dia 250 mm long Aluminium Aldrop set Each 200
3.3 150 mm grip Aluminium 'D' handle Each 250
3.4 125 mm long 1.5 mm thick Aluminium Hinzes Each 75
3.5 Aluminium Tower Bolts 200 mm long with 13 mm dia Each 100
shoot
3.6 Aluminium Tower Bolts 150 mm long with 13 mm dia Each 150
shoot
3.7 Aluminium Baby Latch 75 mm long with 12 mm dia shoot Each 200

3.8 Aluminium Door Stopper (Cup Type) with rubber bush Each 200

3.9 Supply of 19 mm thick Exterior Grade Prelaminated SqM 50


Boards of Assam ply/Bhutan Ply/Equavalent make
No. Of correction on this No. of over writings on this page Ambiguities on this
page page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 58
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures ) (In words) (In figures !"
3.10 Supply of 12 mm thick Exterior Grade Prelaminated SqM 45
Boards of Assam ply/Bhutan Ply/Equavalent make
3.11 Supply Epoxy Putty for FRP doors Kg 30

3.12 Supply of ADCO make CP Coated Auto Hinzes Each 200

4 Attending maintenance works of masonry nature such as Each 410


repair/rectification to walls, columns, chajjas, beams, Operat
lintels, plastering (both internal and external), floors, ion
dadoes, skirtings, roofs, path ways, kerb stones, ramps,
drains, copings, water proofing work and all other
miscellaneous masonryy nature works in all residential &
public buildings at Kaiga Township, Mallapur complete
all as per specification and as directed by Engineer-In-
Charge at all heights/lifts & at all locations
Note:
Only materials like cement, bricks, sand, metal for use for
the works shall be issued free of cost by the NPCIL in
Civil sectional store at Kaiga Township, Mallapur.
No. Of correction on this No. of over writings on this page Ambiguities on this
page page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 59
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures ) (In words) (In figures !"
5 Supplying of following Constuction Materials of approved
quality, of approved make & confirming to BIs
specification of latest edition and stacking the same
materials as directed, in Civil Sectional Store, at Kaiga
Township, Mallapur etc. complete all as per the
specification and as directed by Engineer-In-Charge
5.1 Supply of VG - 10 grade Bitumen MT 0.936

5.2 River Sand, sand should be good quality, clean, free from CuM 80
dust,dirt & unwanted matrials etc.
5.3 10 mm & downsize stone metal. It should clean, well CuM 15
greaded, machine crushed, cubical shape, sharp edged and
of hard & approved granite stones/rubbles.
5.4 20 mm & downsize stone metal. It should clean, well CuM 25
greaded, machine crushed, cubical shape, sharp edged and
of hard & approved granite stones/rubbles.
5.5 40 mm & downsize stone metal. It should clean, well CuM 10
greaded, machine crushed, cubical shape, sharp edged and
of hard & approved granite stones/rubbles.
5.6 Well burnt bricks of approved quality, of approved make Each 2000
& comfirming to BIS 1077 specification of latest edition
and of strength not less than 35 kgs per sq.cm 75 mm X
100 mm X 230 mm.
No. Of correction on this No. of over writings on this page Ambiguities on this
page page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 60
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures ) (In words) (In figures !"
5.7 Well burnt wire cut bricks factory made (bricks shall be procured Each 1000
from nearest tile factory tile factory only),of reputated brand 100
mm X 100 mm 230 mm
5.8 One Side Polished, machine cut Cudappa stone slab 20 -25 mm thk SqM 20
for kitchen platform, shelves & other works etc.
5.9 Supply of 43 grade OPC of ACC/ Rajashree/ Vasavadatta brand MT 30
confirming to BIS - 8112 of - Latest edition
5.10 White Cement comfirming to BIS 8112 of latest edition. ( of 1 Kgs. Kg 50
Of each Pack )
6 Attending maintenance works of fabrication nature requiring Each 300
welding for repairs/rectification to steel windows & shutters, doors Operati
& shutters, ventilators & shutters, M.S gates, grills, hand rails, on
fencing posts, rolling shutters, roofing beams/columns/purlins,
rafters & all other miscellenaous structural steel works also
including replacement/fixtures of hardware fittings & fixtures etc.,
in all residential building & public buildings etc.complete all as per
specification and as directed by Engineer In Charge at all
heights/lifts & at all locations.
Note: Necessary hardware fittings, fixtures and power supply (to the
nearest location) shall be supplied by NPCIL at free of cost at
Kaiga Township Mallapur for use on the work and returning to
stores except consumables, however contractor has to provide
necessay tools & plants such as gas cuting set with gas supply,
single phase portable welding machine, extension board with cable
min 100 mtr long approved by electrical section, common purpose
welding electrode of required dia at his/their own cost & risk.
No. Of correction on this No. of over writings on this page Ambiguities on this
page page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 61
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
7 Attending maintenance works of painting nature to walls, structural Each 40
steel, frames & steel/wooden shutters of doors; windows; shelves; Operati
cupboards; ventilators, rolling shutters, structural steel grills, gates, on
ladders & all kinds of structural steel & wooden members and weld
mesh panels etc., wherever required & directed in all residential &
public buildings etc. at Kaiga Township, Mallapur etc.complete all as
per specification and as directed by Engineer In Charge at all
heights/lifts & at all locations.
Note:Only materials like primer, paint & thinner required for the
work shall be issued free of cost by the NPCIL in Civil sectional store
at Kaiga Township, Mallapur, all required tools; tackles; brushes,
sand paper & other misc. material/consumables shall be arranged by
the contractor at his/their own cost & risk.
8 Providing assistance for departmental arranged public functions, Each 365
assisting departmental workers and othe misc works as directed. Operati
on
9 Attending to emergency nature works during the monsoon period Each 70
& also in other periods. Emergency works such as cleaning of Operati
chocked drains, pipe culverts, cross drains, bridges, water ways, on
cleaning of internal fencing areas & at other areas etc., including
clearing the of area by removing, collecting & disposing/stocking
the accumulated silt, stones, wooden logs, tree branches, roots,
grass, bushes & unwanted materials/debris at required places
whererver & as directed etc., complete all as per specification & as
directed by Engineer-In-Charge at all heights/lifts and at all
locations.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 62
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
10 Attending and errecting scaffolding/staging/platform nature works CuM 800
including taking delivery, fixing & removing
scaffolding/staging/platform materials required to carryout the works
of carpentry; masonry; painting; plumbing; welding nature & all other
miscellaneous works etc., in multistoried buildings, other buildings &
wherever required/directed etc. including taking delivery &
transporting/shifting/lifting the required materials such as metal,
bricks, cement, sand & all other required construction
materials/painting materials/welding materials to the work
place/spot/site, at places, whererver, as & when directed etc complete
all as per specification and as directed by Engineer-In-Charge at all
heights/lifts & at all locations.
Note:Scaffolding/Staging/platform material will be issued free of cost
by the NPCIL in Civil sectional store at Kaiga Township, Mallapur for
erection and returning the same some after completion of work (in
good condition)
11 Providing and fixing "304" grade, stainless steel wiremesh of 26 guage Sqm 360
wire & 16 meshes to an inch of approved quality, make & confirming
to lelevent BIS specification of latest edition including removing the
damaged wiremesh and fixing new mesh with self threading stainless
steel screws/bolts & nuts, providing; fixing & removing necessary
scaffolding/platform wherever required, cleaning the area & disposing
the waste/unwanted matters etc., complete all as per specification, as
per manufactuers specification and as directed by Engineer-In-Charge
at all heights/lifts & at all locations. The coast is inclusve of all
materials and consumables like Self threading screws/bolts & nuts,
beeding etc.,
Note: The contractor shall submit the sample and get the approval
before bulk purchase of mesh
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 63
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
12 Providing and fixing window glass of 4mm thick clear/frosted glass of Modi / SqM 350
saint Gobin make and confirming to relevant BIS specification of latest
edition, free from all types of defects including providing glass putty/clip,
rubber beading with necessary screws/bolts & nuts, providing; fixing &
removing necessary scaffolding/platform wherever required, cleaning the area
& disposing waste/unwanted matters etc., complete all as per specification, as
per manufactuers specification and as directed by Engineer-In-Charge at all
heights/lifts & at all locations.
Note: The contractor shall submit the sample and get the approval before bulk
purchase of glass. All window glasses shall be clear and plane but for
toilet/bath ventilators with frosted glass.
13 Providing, fabricating and errecting Mild Steel Structural items (of various MT 01
thickness & sizes) such as channels; angles; MS pipes; GI Pipes; flats; plates
and other approved sections etc.& transporting to the work spot(s)/place(s)
including loading, unloading, cutting, fabricating the MS gates, MS grills,
ladders, hand rails, angle frames, pannels, fencing posts/struts/columns,
cladding, covers & all other miscellaneous structural steel works etc and
fixing/erecting the same in position. including providing & fixing anchor
Fastners/Hilti bolts & nuts/fisher bolts & nuts of suitable dia, of approved
quality, providing; fixing and removing necessary staging/platform wherever;
as & when required/directed, surface preparationby cleaning surface
preparation by cleaning with water & brushing with wire brush for removal of
oil; grease, dead mortar, dust, dirt & other unwanted matters, rate shall be
inclusive of all required consumables & miscellaneous materials/things,
providing & painting One coat of approved Primer of Asian Paints/Berger
Make and Two coats of first quality synthetic enamel paint of Asian
Paints/Berger Make, of approved shade/colour; MS Steel; Primer; Paint &
Other all required materials which are going to be used for this work shall be
confirming to the relevant BIS specification of latest edition, additional lead &
lift for carriage of construction/work materials up to the work spot(s)/place(s),
cleaning the work area & disposing the debris/waste/unwanted materials up to
a lead of 2000 meters. outside the periphery of the work premises etc. complete
all as per specification, as per maufacturers specification and as directed by the
Engineer-In-Charge at all lifts/heights & at all locations.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 64
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
14 Providing and fixing frame works fabricated out of extruded Kg 150
anodised (50 micron)/powder coated aluminium sections, glaze
pins, beedings, etc., for wall partitions/doors/
windows/ventilators/grills/jalleys & other miscellaneous
aluminium works etc. Aluminium materials shall be conforming
to the BIS specification 733 & 1285 of the latest edition, of
Indian Aluminium Company Ltd or JINDAL., or equivalent
including providing & fixing/using necessary
glazing/aluminium clips/rubber beading, EPDM gasket &Screws
etc. providing; fixing & removing necessary staging/ platform
wherever; as & when required/directed, cleaning &
washing/mopping the work area with clean water and disposing
the debris/unwanted materials up to a lead of 2000 meters
outside the periphery of work premises etc., complete all as per
specifications, as per masnufacturers specification and as
directed by the Engineer-In-Charge at all locations & at all
lifts/heights.
Note: All aluminium sections & Screws etc. will be measured &
paid on weight basis under this item.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 65
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
15 Providing and constructing R.R. masonry, using hard, durable & CuM 05
approved quality stones/rubbles, in CM 1:6 for foundations of
drains, plinths, trenches, walls, repair/patch works & other
miscellaneous RR masonry works etc., including simultaneous
flush pointing, providing; fixing & removing necessary
staging/platform wherever; as & when required/directed,
dressing ; leveling & hand compacting the base with the wooden
rammer by proper watering, racking out all the masonry joints &
close hacking the old/new concrete/plastered surfaces for
proper/good bonding, cleaning & washing the base with clean
water for removalof oil; grease; dust; dirt; waste mortar/concrete
debris & all other unwanted matters or things and base shall be
fully neat; clean & slightly wet before laying masonry, additional
lead & lift for carriage of construction/work materials up to work
spot(s)/place(s), curing for a minimum period of 7 days, cleaning
the work area & disposing the debris/waste materials/unwanted
materials/things etc., upto a lead of 2000 meters outside the
pheriphery of work premises etc. complete all as per
specification and as directed by the Engineer-In-Charge at all
locations and at all lifts.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 66
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
16 Providing & constructing masonry with C.C. Solid Blocks of CuM 20
size 400 X 200 X 200 mm. / 300 X 200 X 200 mm./of approved
size, having crushing strength not less than 35 Kgs. per sq. CM.
& confirming to the BIS 2185 part-I of the latest edition, in
C.M.1:5 for foundations of drains, plinths, trenches, walls,
repair/patch works & other miscellaneous C.C. Solid Block
masonry works etc., including simultaneous flush pointing,
providing; fixing & removing necessary staging/platform
wherever; as & when required/directed, dressing ; leveling &
hand compacting the base with the wooden rammer by proper
watering, racking out all the masonry joints & close hacking the
old/new concrete/plastered surfaces for proper or good bonding,
cleaning & washing the base with cleanwater for removal of oil;
grease; dust; dirt; waste mortar/concrete debris & all other
unwanted matters or things and base shall be fully neat; clean &
slightly wet before laying masonry, additional lead & lift for
carriage of construction/work materials up to work
spot(s)/place(s), curing for a minimum period of 7 days,
cleaning the work area & disposing the debris/waste
materials/unwanted materials/things etc., upto a lead of 2000
meters outside the pheriphery of work premises etc. complete all
as per specification and as directed by the Engineer-In-Charge at
all locations and at all lift.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 67
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
17 Providing & constructing Brunt Brick Masonry using well brunt bricks CuM 12
of standard & of approved size, having crushing strength not less than
35 Kgs.per sq. cm. & confirming to the relevant BIS of the latest
edition, in C.M.1:5 for plinth, pillastars, pillers, repair/patch works,
walls/superstructurers and all other miscellaneous Brunt Brick
Masonry works, simultaneous flush pointing, providing; fixing &
removing necessary staging/platform wherever; as & when
required/directed, dressing ; leveling & hand compacting the base with
the wooden rammer by proper watering, racking out all the masonry
joints & close hacking the old/new concrete/plastered surfaces for
proper or good bonding, cleaning & washing the base with clean water
for removal of oil; grease; dust; dirt; waste mortar/concrete debris &
all other unwanted matters or things and base shall be fully neat; clean
& slightly wet before laying masonry, additional lead & lift for
carriage of construction/work materials up to work spot(s)/place(s),
curing for a minimum period of 7 days, cleaning the work area &
disposing the debris/waste materials/unwanted materials/things etc.,
upto a lead of 2000 meters outside the pheriphery of work premises
etc. complete all as per specification and as directed by the Engineer-
In-Charge at all locations and at all lift.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 68
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
18 Providing and laying Internal/external Cement Plaster (repair & SqM 225
new work) 15 mm thick in CM 1:5 to RR masonry surfaces/CC
Block Masonry surfaces & concrete surfaces etc., rubbed
perfectly so as to obtain smooth & even finish including
preparation of base properly by racking out all the masonry
joints & close hacking properly the old/new concrete surfaces
for proper/good bonding, cleaning & washing the base properly
with clean water for removal of oil, grease, dust, dirt, dead
mortar & other unwanted matters and base should be slightly
wet/moist and also base shall be fully neat & clean before
taking plastering work, providing; fixing & removing necessary
staging/platform wherever; as & when directed/required, curing
for a minimum period of 7 days, additional lead & lift for
carriage of work/construction materials up to the work
spot(s)/place(s), cleaning the work area & disposing the
debris/waste/unwanted materials upto a lead of 2000 meters
outside the periphery of the work premises etc. complete all as
per specification and as directed by the Engineer-In-Charge at
all lifts/heights & at all locations.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 69
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
19 Providing and laying PCC 1:3:6 using 20 mm & downsize, CuM 15
clean, crushed, well graded, cubical shape, sharp edged
aggregates of hard, durable & approved quality stones/rubbles
for foundation work, plinth, bedding, drains, repair/patch
works, embeding fencing posts/columns/struts, gates & all other
miscellaneous PCC works of various foundations including
machine mixing, transporting, laying, spreading, consolidating,
levelling, finishing as directed, providing; fixing & removing
necessary formwork (approximaterly 2.00 Sqm, per cum of
concrete) and staging/platform wherever; as & when
required/directed, preparation of base properly by dressing;
levelling & hand ramming (by watering) with wooden hand
rammer, racking out all the masonry joints & close hacking the
old/new concrete/plastered surfaces for proper/good bonding,
cleaning & washing the base with clean water for removal of oil;
grease; dust; dirt; waste mortar/concrete debris & all other
unwanted matters or things and base shall be fully neat; clean &
slightly wet before laying Concrete, additional lead & lift for
carriage of construction/work materials up to work
spot(s)/place(s), curing for a minimum period of 7 days,
cleaning the work area & disposing the debris/waste
materials/unwanted materials/things etc., upto a lead of 2000
meters outside the pheriphery of work premises etc. complete all
as per specification and as directed by the Engineer-In-Charge at
all locations and at all lifts/heights.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 70
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
20 Providing and laying 75 mm thk layer of murrum/gravel for Berms CuM 75
(murrum/gravel shall be brought from borrow pits) of approved
quality, hard, durable (murrum/gravel shall be free from stones, stone
pebbles, roots & unwanted matters etc.) to the required width;
thickness; gradient & chamber including spreading, levelling to
required line, level, gradient, width, dressing to required chamber,
watering, consolidation properly as directed with hand roller of
appropriate weight, cleaning the work area & disposing the
debris/waste materials/unwanted materials/things etc., upto a lead of
2000 meters outside the pheriphery of work premises etc. complete all
as per specification and as directed by the Engineer-In-Charge at all
locations and at all lifts.
21 Providing and applying Two Coats of white wash to old/new plastered SqM 1500
walls, ceiling & RCC chajjas; beams & columns etc., with shell lime
(confirming to the BIS 712 - of the latest edition) of approved quality,
of approved quality make, including preparation of surface by sand
papering/by suitable means neatly/properly for removal of oil; grease,
dust, dirt dead mortar/concrete, existing old white wash (in places
wherever it it is in not good condition) & any other unwanted
matters/things, providing & adding favicol DDL at 50ml/kg of lime,
providing & adding apcolite/peddilite/blue stainer in standard
proportion, providing; fixing & removing necessary staging/platform
wherever; as & when required/directed, cleaning, mopping/washing
the area, disposing waste/unwanted matters/things etc.complete all as
per specification, as per manufacturers specification and as directed by
the Engineer-In-Charge at all locations & at all heights/lifts.
Note: white washing shall be done by brush only.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 71
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
22 Providing and applying One Coat of Cement Based Paint/Self SqM 1200
Curing Cement Paint (water proof cement paint) of approved
shade/colour using Snowcemplus of Snowcem India
Ltd/equivalent to the internal/external surfaces of old/new
painted plastered, concrete surfaces & other plastered surfaces.
including providing & adding 50 ml. of cemprover (of Snowcem
India Ltd.) per kg of snowcem if required & directed, curing for
a period of minimum 7 days, also including preparation of
surfaces by sand papering/scrapping, cleaning & washing the
surface with clean water for removal of oil; grease; dead mortar
& any other unwanted matters and base should be slightly
wet/moist before applying painting, providing & applying of
Putty (wherever directed) of approved make & quality, Paint &
Putty should be confirming to relevant BIS specification of
latest edition, providing; fixing & removing necessary
staging/platform wherever; as & when directed/required,
cleaning & washing the area with clean water after completion
of painting work and cleaning the work area & disposing the
debris/unwanted materials etc., complete all as per specification,
as per manufacturers ommendation/specification and as directed
by Engineer-In-Charge at all heights/lifts & at all locations.
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 72
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
23 Providing and painting One Coat of Acrylic Washable Distemper of Berger SqM 1400
make/of Asian paints of approved shade/colour, Over Existing Old painted
plastered walls, RCC columns, beam surfaces & othe concrete/masonry
surfaces properly/neatly including preparation of surface by sand papering/by
other means properly/neatly for removal of oil, grease, dead mortar, dust, dirt,
existing old paint (in places wherever it it is in not good condition) & other
unwanted matters/things. Surface should be fully dry before application of
paint, also including providing; fixing & removing necessary staging/platform
wherever; as & require/directed, providing & applying (wherever directed)
putty of approved quality & make, paint shall be confirming to the relevant
BIS specification of the latest edition, cleaning & washing the floor & other
areas with clean water/as diected soon after completion ofwork, disposing
debris/waste materials & unwanted things etc., complete all as per
specification, as per manufacturers specification and as directed by the
Engineer-In-Charge at all locations & at all heights/lifts.
24 Providing and applying One Coat of Interiar grade Acrylic Plastic Emulsion SqM 2000
Paint of Berger make/Asian Paints, of approved quality, of approved
colour/shade & conforming to the relevant BIS specification of latest edition
Over the Old/New external/internal plastered masonry surfaces/concrete wall
surfaces, RCC members such as columns; beams, chajjas & other concrete
surfaces etc. or Over the Old external/internal painted masonry
surfaces/concrete wall surfaces, RCC members such as columns; beams,
chajjas & other concrete surfaces etc. including applying One Coat of Putty
as directed preparation of surfaces by sand papering/ by other suitable means
for removal of oil, grease, dead mortar, dust, dirt, existing old paint (in places
wherever it it is in not good condition) & other unwanted matters/things,
providing; fixing & removing necessary staging/platform wherever; as & when
require/directed, all materials shall be confirming to the relevant BIS
specification of the latest edition, cleaning and washing the floor & other areas
with clean water as directed, disposing debris/waste materials & unwanted
things etc., complete all as per specification, as per manufacturers specification
and as directed by the Engineer-In-Charge at all locations & at all heights/lifts
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 73
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
25 Providing and applying One Coat of first quality Synthetic Enamel Paint of SqM 1200
Berger/Asian paints of approved shade/colour, Over the Exiting/Old painted
wooden/steel/ plastered/ concrete surfaces, including preparation of surface by
sand papering/by other means properly/neatly for removal of oil, grease, dead
mortar, dust, dirt, existing old paint (in places wherever it is in not good
condition) & other unwanted matters/things. Steel, concrete & plastered
surface should be cleaned & washed with clean water, surface should be fully
dry before application of paint, Wooden surfaces shall be cleanedwith clean
cloth only, application of wooden putty (before application of paint) of
approved quality & of approved make, providing; fixing & removing
necessary staging/platform wherever; as & when required/directed, all paint,
putty shall be confirming to the relevant BIS specification of the latest edition,
cleaning & washing the floor & other areas with clean water as diected,
disposing debris/waste materials & unwanted things etc., complete all as per
specification, as per manufacturers specification and as directed by the
Engineer-In-Charge at all locations & at all heights/lifts.
26 Providing and applying One Coat of Exteriar grade; Anti fungal; Water SqM 500
repellent; Weather proof Acrylic Emulsion Alguard of Berger
/Asian/Nerolac/Shalimar/ICI Dulux Make of approved quality, colour/shade &
conforming to the relevant BIS specification of latest edition Over the
Old/New external/internal plastered masonry surfaces/concrete wall surfaces,
RCC members such as columns; beams, chajjas & other concrete surfaces
etc. or Over the Old external/internal painted masonry surfaces/concrete wall
surfaces, RCC members such as columns; beams, chajjas & other concrete
surfaces etc. including preparation of surfaces by sand papering/ byother
suitable means for removal of oil, grease, dead mortar, dust, dirt, existing old
paint (in places wherever it it is in not good condition) & other unwanted
matters/things, providing; fixing & removing necessary staging/platform
wherever; as & when require/directed, all materials shall be confirming to the
relevant BIS specification of the latest edition, cleaning and washing the floor
& other areas with clean water as directed, disposing debris/waste materials &
unwanted things etc., complete all as per specification, as per manufacturers
specification and as directed by the Engineer-In-Charge at all locations & at all
heights/lifts
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 74
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
27 Providing and applying One Coat of French Sprit Polish (French polish SqM 200
should be of approved quality, approved make & confirming to relavant
BIS specification of latest edition) over old (Polished) wooden surface
including filling the gaps/cracks/holes with wooden putty, Cleaning &
preparation of surface properly/neatly by using suitable tools for
removal of oil, grease, dead mortor, dirt, dust and other un wanted
matters, providing; fixing & removing necessary staging/platform
wherever; as & when directe/required, all material shall be conforming
to relaveant BIS specification of latest edition, cleaning the work area
& disposing debris/waste, unwanted materials etc.complete all as per
specification, as per manufacturers specification and as directed by
Engineer-In-Charge at all locations & at all heights/lifts.
28 Providing and painting the Name of the Occupants/Direction
Boards/Sign Boards with First Quality Synthetic Enamel Paint of
Berger make / Asian paints of approved shade / colour including
preparation of surface by sand papering/by other means properly/neatly
for removal of oil, grease, dead mortar, dust, dirt & other unwanted
matters,providing Two Coats of Back Ground Paint, providing; fixing
& removing platform wherever; as & when required/directed, cleaning
the work area & disposing debris/waste, unwanted materials
etc.complete all as per specification, as per manufacturers specification
and as directed by Engineer-In-Charge at all locations & at all
heights/lifts.
28.1 Letter up to 50mm size - {Name of Occupants} Each 2000
28.2 Letter up to 100mm size Each 750
No. Of correction on this No. of over writings on this page Ambiguities on this page
page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 75
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
29 Providing and applying One Coat of First Quality Synthetic Enamel Paint of
Berger/Asian paints of approved shade/colour, for the exposed faces of Kerb
Stones {in White/Yellow and Black shade/colour to the alternate Kerb
Stones/ as directed}, for walls of Culverts, for Parapet walls & for Zebra
Crossings {shade/colour to the walls of Culverts, to the Parapet walls & to
the alternate strips of Zebra Crossings shall be as directed} etc, including
preparation of surface by sand papering & by wire brushing neatly for
removal of oil, grease, dead mortar, dust, dirt, existing old paint (in places
wherever it is in not good condition) & otherunwanted matters/things.
Surface shall be cleaned & washed with clean water only, surface shall be
fully neat; clean & dry before application of paint, providing; fixing &
removing necessary staging/platform wherever; as & when required/directed,
all materials shall be confirming to the relevant BIS specification of the latest
edition, cleaning & washing the work area with clean water as diected,
disposing debris/waste materials & unwanted things etc., complete all as per
specification, as per manufacturers specification and as directed by the
Engineer-In-Charge at all locations & at all heights/lifts.
29.1 Kerb Stones (Average depth of 0.160mtrs) RMT 4800

29.2 Culverts, Parapets & Zebra Crossings SqM 430

No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 76
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
30 Cleaning (Preparation) of External/Internal SqM 2200
concrete/plastered/masonry surfaces; roof surfaces, beam & columns
surfaces by using Single Phase High Pressure Water Jet Machines with
its all accessories for removal of oil, grease, dead mortar, dust, dirt,
existing old paint & fungus etc. to recieve Water Proofing; External
Painting, Internal Painting & also to recieve further related work etc.,
Surface shall be fully neat & clean, including hire charges of High
pressure water jet machine with all itsnecessary accessories, cost of 50
meters long extension Hose Pipe of suitasble dia , all required
consumables, providing; fixing & removing staging/platform
wherever; as & when required/directed, cleaning the work area &
disposing debris/waste, unwanted materials etc.complete all as per
specification, as per manufacturers specification and as directed by
Engineer-In-Charge at all locations & at all heights/lifts.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 77
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
31 Providing and laying 25 mm thick Premix Chip Carpet (bitumastic sheet) surfacing SqM 300
over tack coat of Hot Bitumen of grade VG 10 over the Existing Asphalted Road
surfaces @ of 50 kgs. per 100 sqm. area of road surface including brushing, close
hacking, cleaning & removing the oil, grease, dirt, dust & all loose materials/things by
using air compressor {base shall be fully dry, neat & clean and free from oil, grease,
dust, dirt, debris & all unwanted matters/things before laying Tack Coat}. The 25 mm
thick Premix Chip Carpet (bitumastic sheet) surfacing shall be by using (of hard,
durable, approved quality, well graded, cubical shape, sharp edged stones/rubbles)
0.99 Cum. of coarse aggregates of 12mm nominal size, 0.66 cum coarse aggregates of
10 mm nominal size, 1.65 cum. of crushed/natural fine aggregate (sand) for 100 sqm.
of road surface. Bitumen of grade VG 10 @ 56 kgs./cum. of coarse aggregate and 128
kgs./cum of fine aggregate (sand), mixed in transit mixing plant, spreading manually
and maintiaining the profile with template, consolidation by power road roller of 8 to
10 tonnes capacity/Vibromax, cost is inclusive of surface preparation using
compressor {base shall be fully dry, neat & clean and free from oil, grease, dust, dirt,
debris & all unwanted matters/things before laying Premix Chip carpet (bitumastic
sheet)}. including additional lead & lift for carriage of work/construction materials up
to the work spot(s)/place(s), cost of tools & tackles, labour charges, conveyance of all
required materials, hire charges for all machineries such as mixing plant/boiler,
templates & road roller, also including filling the Pot Holes with stone metal
semigrouted with Hot Bitumen (Pot hole shall be cut to the regular shape & size and
area shall be fully neat; clean & dry before taking up pot hole filling) and dressing;
levelling & rolling properly/neately, cleaning the work area & disposing the
waste/debris/unwanted materials/things upto a lead of 2000 meters out side the
periphery of Township premises etc., complete all as per specifications, as per
manufactuirers specification and as directed by the Engineer-In-Charge at all locations
& at all lifts.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 78
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
32 Providing, laying/placing RCC 1:2:4 using 20/10 mm & downsize, clean, SqM 100
crushed, well graded, cubical shape, sharp edged aggregates of hard, durable
& approved quality stones/rubbles for Casting of RCC Pre-Cast drain
Slabs/drain Covers (casting with & also with out slots) of 75 mm thickness
including machine mixing, transporting, laying, spreading, consolidating,
leveling, smooth finishing the all exposed faces, providing; fixing &
removing necessary formwork and staging/platform and making/preparation
of casting yard/casting platform wherverer; as & when required/directed,
cleaning & washing the casting the moulds with clean water properly for
removal of oil, grease, dust, dirt, dead mortar/concrete & other unwanted
materials (before casting the each RCC Pre-Cast Slabs/Covers), base should
slightly wet/moist before laying the concrete in the moulds, curing for a
minimum period of 7days in the casting yard; beforeshifting for
fixing/erecting shifting for fixing/erecting of RCC pre-cast covers/slabs in
position, Providing and tying approved make reinforcement Steel Bars {8 mm
dia bars at 150 mm c/c (both ways i.e for top & bottom mat) for RCC pre-cast
covers/slabs of approved quality (steel bars shal be confirming to the BIS
1786 - of the latest edition)} including cutting, bending, transporting, placing
in position & binding with 16 guage soft annealed binding wire of approved
quality & of approved make including lifting, loading, carriage, unloading &
fixing/erecting in position and sealing the the joints in CM 1:2, curing
properly, additional lead & lift for carriage of work/construction materials up
to the work spot(s)/place(s), cleaning the work area & disposing the
debris/waste/unwanted materials upto a lead of 2000 meters outside the
periphery of the work premises etc. complete all as per specification and as
directed by the Engineer-In-Charge at all lifts/heights & at all locations.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Page no. 79
Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

ITEM RATE AMOUNT


NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
33 Cutting and clearance of jungle, bushes, grass, bushes & all other unwanted SqM 10000
plants & creepers etc. by using Weed Cutting Machine only. The bushes
shall be cut manually and the weeds shall be cut clearly including yhe buses
grown in the drains, foot paths, shoulders etc., and cleaning the work area,
disposing off the waste materials/debris/grass/bushes etc., as directed by the
Engineer-In-Charge etc., complete all as per specification and as directed by
Engineer-In-Charge at all locations.
34 Cutting and clearance of bushes, grass, jungle bushes & all other unwanted
plants & creepers etc.in the following locations by using Weed Cutting
Machine only. The bushes shall be cut manually and the weeds shall be cut
clearly including yhe buses grown in the Nalla, drains, foot paths, shoulders
and 1.50 meter width on the outer periphery of the compound wall of Phase I
etc., and cleaning the work area, disposing off the waste
materials/debris/grass/bushes etc., as directed by the Engineer-In-Charge
etc., complete all as per specification and as directed by Engineer-In-Charge
at all locations. The approximate area is about 21400 Sq.mtrs in each of the
following locations. The frequency/necessity of operation will be decided by
the Engineer
34.1 Sector A PetrolBunk,Gasgodown,parking area,hostels,Sph and ESL area Each 4
Operati
on
34.2 Sector B old multy area,Day market,Tenniscourt area Each 4
Operati
on
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Page no. 80
Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

ITEM RATE AMOUNT


NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
34.3 Sector C :C1 to C8,water treatment plant,river side area. Each 4
Operati
on

34.4 Sector D from C8 to A,B,C,quarters at kurnipet,cisf complex. Each 4


Operati
on

Up-rooting of bushes, grass, jungle, bushes & all other unwanted plants & SqM 5000
35 creepers etc. clearly around all the Public Buildings and Residential Buildings
clearly including cleaning the work area, disposing off the waste
materials/debris/grass/bushes etc., as directed by the Engineer-In-Charge etc.,
complete all as per specification and as directed by Engineer-In-Charge at all
locations.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 81
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
36 Cleaning of the vacated quarters. The work includes removal of all cobwebs
from all areas, cleaning of doors frames & shutters, window frames &
shutters, glasses, cupboards; cupboards frames & shutters, shelve; shelve
frames & shutters, ventilators frames & shutters, lafts, all electrical fittings
such as fans, tube lights & bulbs etc. and other remaining areas with clean
cloth, cleaning & washing the entire floor, kitchen platform, kitchen sink,
glazed tiles of dado portion over kitchen platform & other areas with clean
water and suitable quantity of detergent powder , cleaning the toilets, bath,
wash basin and glazed tiles of dado portion in bath, WC, wash basin area &
other areas etc., with clean water and detergent powder etc., of approved
quality & make, mopping the floor, skirting & dado etc., complete all as per
specification and as directed by the Engineer-In-Charge at all heights/lifts &
at all locations.
Note : Cleaning should be be carried out by using suitable quantity sanitary
cleaning agents like sanifresh and detergent powder and clean water
only.
36.1 Type - A Each 10
36.2 Type - B Each 20
36.3 Type - C Each 100
36.4 Type - D Each 2
36.5 Type - EA Each 30
36.6 Type - SPH Each 40
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 82
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
37 Collecting debris, waste & unwanted materials etc., lying in various places of Kaiga CuM 450
Township; Mallapur including Collecting debris, waste & unwanted mateials, loading
in to the tractor, carriage (including required labour charges, tools; tackles, hire
charges of tractor with trailer; cost of fuel, driver wages & maintenance charges of
tractor with trailer ), unloading & disposing, cleaning the work area & disposing the
debris/waste/unwanted materials upto a lead of 2000 meters outside the periphery of
the work premises etc. complete all as per specification and as directed by the
Engineer-In-Charge at all lifts & at all locations.
38 Collection of various type of materials; required for maitenance work from CMM Each 12
Store at Kaiga Plant site, Kaiga, loading & carriage upto Township civil sectional Tractor
store with necessary gate passes, entry permission including collecting, loading in to
the tractor, carriage (including required labour charges, tools; tackles, hire charges of Tailor/
tractor with trailer; cost of fuel, driver wages & maintenance charges of tractor with Trip
trailer ), unloading & stacking as directed in Civil Sectional Store at Kaiga Township,
Mallapur etc., complete all as per specification and as directed by Engineer-In-Charge
at all locations.
39 Cutting of tree/dried branches, fallen branches, dried trees, wooden logs, roots, tree Each 150
stumps, including trimming of bamboos etc., & collecting the same lying in various Tractor
places, cutting of trees of girth upto 15 cms measured at a height of 1meter above
ground level including removal of roots & stumps with necessary excavation, Tailor/
collecting, loading in to the tractor, carriage (including required labour charges, tools; Trip
tackles, hire charges of tractor with trailer; cost of fuel, driver wages & maintenance
charges of tractor with trailer ) & disposing, cleaning the work area & disposing the
same upto a lead of 2000 meters outside the periphery of the work premises etc.
complete all as per specification and as directed by the Engineer-In-Charge at all lifts
& at all locations.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 83
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
40 Carrying out necessary maintenance/servicing of rolling shutters Each 6
including hood servicing, providing & applying grease for springs,
side rails, adjusting the spring to required speed of shutters,
maintaining proper closing arrangement, including dismantling the
rolling shutter, checking the springs & bearings, replacing the springs
& bearings etc. with new one or old one (if old one is in good
condition), providing & applying grease, refixing the shutter and
checking the alignment & adjusting the rolling shutter accordinly for
smooth movement etc., complete all as per specification, as per
manufacturers specification and as directed by Eengineer-In-Charge at
all locations.
Note: Only springs & bearings will be supplied free of cost by
NPCIL at Civil sectional store at Kaiga townshiop, Mallapur.
Contractor has to make his own arrangement for collecting the same at
his own cost & risk.
41 Providing and fixing 1 mm thick PVC sheets of approved quality SqM 45
confirming to relevant BIS specification of latest edition, of
Krishna/Tuskar make & of approved shade/colour for bathroom, mesh
door shutters & other miscellaneous works etc., wherever required
including providing & fixing necessary nails, tools etc., complete all
as per specification and as directed by Engineer-In-Charge at all
heights/lifts & at all locations.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 84
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
42 Providing and laying both side Rough Shahabad Slabs/Tiles of minimum 22 SqM 25
mm thick including collecting, loading, carriage from the source of place to
the work spot/place, unloading, stacking, dressing the all corners to the true
Ninety (90) degree, sides shall be parrelal to each other & size of Shahabad
Slabs/Tiles shall be 22" X 22" or 22" x 17" (however size of Shahabad
Slabs/Tiles shall be selected by the Engineer-In-charge) and shape of the
Shahabad Slabs/Tiles shall be true rectangular. Including
dismantling/removal of existing damaged//broken/spoiled shahabad tiles/slabs
carefully/neatly; which are laid over 50 mm thick sand bedding for foot path,
along the Main Road, by chipping/breaking/removing the pointing &
excavating the sand/earth bedding approx. 50 mm {thickness of tiles 25 - 30
mm + thickness of sand/earth bedding 50 mm = 75 - 80 mm}, levelling,
dressing the base to the required level, gradient/slope & cambert, hand
ramming properly using suitable weight hand rammer with proper watering,
base shall fully neat ; clean & free from oil; grease; dust; dirt, dead
mortar/concrete & unwanted matters etc Providing & Laying sand (clean
river sand) bedding of minimum 50 mm (compacted thickness) to the
required line; level/slope, gradient & camber, laying the Shahabad Slabs/Tiles
to true line; level/required gradient/slope &camber with staggered joints &
pointing with C.M 1:3, curing and cleaning the work area & disposing the
sand/surplus earth/waste materials, removed/dismantled tiles/slabs upto a lead
of 2000 meters outside the periphery of the work premises etc. complete all as
per specification and as directed by the Engineer-In-Charge at all lifts & at all
locations.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 85
ITEM RATE AMOUNT
NO. DESCRIPTION OF ITEM UNIT QTY. (In figures !
(In figures ) (In words)
43 Providing and laying Anti Skid (Premium Grade) Ceramic Tiles of SqM 20
Johnson/Kajharia make for flooring in WC/Bath/other areas using tiles of
approved quality; of approved shade/colour, of thickness minimum 5.5 mm &
of 16" X 16" size/of 12" X 8" size/of approved size, laid in approved pattern
over a bed of 20 mm thick. in CM 1:4, jointed with matching pigmented
cement slurry & finished to true line & levels/slope/plumb etc., including
cutting of tiles, acid washing, preparation of base by removing/breaking of
existing broken tiles & removing mortar bed, racking out all the masonry
joints & close hacking the old/new concrete surfaces (base) for proper/good
bonding, cleaning & washing the base with clean water for removal of oil,
grease, dust; dirt & otherunwanted matters/things, cement slurry (at the rate
of 3.3 kgs. per Sqm.of base) shall be applied to the hacked base of
concrete/masonry & over the mortar bed before laying tiles, base should be
fully neat; clean & slightly wet/moist before laying slurry & tiles, additional
lead & lift for carriage of construction/work materials or mixed materials up
to the work spot(s)/place(s), Curing for a period of minimum 7 days, cleaning
& washing/mopping the work area with clean water and disposing the
debris/unwanted materials up to a lead of 2000 meters outside the periphery
of work premises etc., complete all as per specifications, as per
masnufacturers specification and as directed by the Engineer-In-Charge at all
locations & at all lifts/heights.
No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page
Signature of contractor

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)

Page no. 86
ITEM RATE
NO. DESCRIPTION OF ITEM UNIT QTY. AMOUNT (in )
(In figures ) (In words)
44 Providing and laying white/coloured Glazed (Premium Grade) Tiles of SqM. 30
Johnson/Kajharia maker for Dado/Skirting in WC/Bath/other areas using
tiles of approved quality; of approved shade/colour, of thickness minimum
5.5 mm & of 8" X 12" size/of approved size, laid in approved pattern over a
bed of 12 mm thick. in CM 1:3, jointed with matching pigmented cement
slurry & finished to true line & levels/slope/plumb etc., including cutting of
tiles, acid washing, preparation of base by removing/breaking of existing
broken tiles & removing mortar bed, racking out all the masonry joints &
close hacking the old/new concrete surfaces (base) for proper/good bonding,
cleaning & washing the base with clean water for removal of oil, grease,
dust; dirt & other unwanted matters/things, cement slurry/paste (at the rate
of 3.3 Kgs. per Sqm. of base) shall be applied to the hacked base of
concrete/masonry & over the mortar bed before laying tiles, base should be
fully neat; clean & slightly wet/moist before laying slurry & tiles, additional
lead & lift for carriage of construction/work materials or mixed materials up
to the work spot(s)/place(s), Curing for a period of minimum 7 days,
cleaning & washing/mopping the work area with clean water and disposing
the debris/unwanted materials up to a lead of 2000 meters outside the
periphery of work premises etc., complete all as per specifications, as per
masnufacturers specification and as directed by the Engineer-In-Charge at
all locations & at all lifts/heights.
Total amount :Rs
Rebate offered % Rebate amount : Rs
Net total amount : Rs
Net total amount in words : Rupees

Signature of the Tenderer


No. Of correction on this page No. of over writings on this page Ambiguities on this page
Remarks on this page

Engineer-In-Charge Finance Officer Opening the Tender EIC (CTC)


Page no. 87
FOR THE USE OF TENDER OPENING COMMITTEE ONLY

1. Earnest money deposited /not deposited is / not in an acceptable form.


2. There are no changes, corrections, additions and over writings etc. in the general terms and conditions put to tender.
3. There are …………………………… corrections and over writings in the rates which have been quoted in figures / words on the pages numbered –56 to 87
4. The tender is conditional / unconditional. Please refer covering letter / notes on page………………………….There are ……………………….conditions.
5. The rates have been not quoted against item Nos …………………………
6. There is ambiguity in the rates quoted in figures and words against item No. …………………………………
7. Rates have been quoted in figures and words only.
8. Conditional / unconditional rebate of …………………………….% has been offered.

----------------------- ----------------- ---------------------- ---------------------------


Engineer-in-charge Accounts Officer Opening EIC (CTC)
the Tender

Page no. 88

S-ar putea să vă placă și